Вы находитесь на странице: 1из 385

INDIAN OIL CORPORATION LIMITED

MARKETING DIVISION

NAME OF WORK:
Design, supply, installation, testing and commissioning of PLC based Tank Farm
Automation System (TFAS) for auto operation of Remote Operated valve &
integration with existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant, Hyderabad

PART-A: TECHNICAL & COMMERCIAL

TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03

PRE BID MEETING ON: 16.07.2018 at 11:00 hrs

LAST DATE & TIME OF TENDER SUBMISSION: 25.07.2018 at 17:00 hrs


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 1
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

COVERING LETTER

REF: TAPSO/LPG-E/AUTOM/2018-19/PT03 DATE: 27.06.2018

M/s _______________________
_____________________________
_____________________________

Dear Sirs,
SUB: Design, supply, installation, testing and commissioning of PLC based Tank Farm
Automation System (TFAS) for auto operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along with associated works at
Cherlapally LPG Bottling Plant

.
Tender No: TAPSO/LPG-E/AUTOM/2018-19/PT03
1.0 We propose to invite Public Tender in TWO BID System for the subject work.

2.0 Tender documents can be accessed through our e-tender portal https://iocletenders.nic.in
from the date of publishing to end date of sale.

3.0 Before downloading the tender documents from the website, the Bidders should register at
the website https://iocletenders.nic.in giving their correct name, address and other details
as required. It shall be the responsibility of the Bidders to ensure that they register with the
website well in advance and download the documents before the date and time of close of
sale.

4.0 Downloaded document is not transferable and only the registered party, who has
downloaded the document, can submit the same using their Digital Signature Certificate in
e-portal.

5.0 We request you to submit your lowest quotation for the work contained in the tender.

6.0 Your offer complete in all respects must be uploaded in the prescribed manner on our e-
tendering portal “www.iocletenders.nic.in” on or before 25.07.2018 at 17:00 hrs.

7.0 Bidders are requested to submit Earnest Money Deposit (EMD) in the form of online EMD in
favour of INDIAN OIL CORPORATION LIMITED payable at Hyderabad. For details about
process of payment of online EMD, bidders shall refer to “Special Instructions to the Bidder”
and “FAQs - Online EMD Facility in IOCL e-Tendering” documents attached separately along
with the tender.

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 2
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

8.0 In case of Earnest Money Deposit (EMD) is by way of Bank Guarantee, Original BG should
reach to Tender Issuing Authority in a sealed envelope as per details mentioned below
within 7 working days from the date of opening of technical bids, For the purpose of receipt
of BG, the time recorded in the receipt/DAK section against receipt shall also be considered
as receipt time. BG should be taken omn Rs.500/- stamp paper

(Dy. General Manager(LPG-E))


Indian Oil Corporation Ltd,
Telangana & Andhra Pradesh State Office
3rd floor,“Naspur House”, Himayatnagar,
Hyderabad-500029

9.0 Bidders must note that Indian Oil will not be responsible for delay in submission of online
tender & receipt of original EMD Instrument.

10.0 Bidders are requested to go through the “Bidders Manual Kit” available in the homepage of
the e-tendering portal i.e. https://iocletenders.nic.inin to have a clear understanding of the
steps to be followed for bid submission. The “Bidders Manual kit” is for general reference
only and the Bidders have to abide by the terms and conditions of this tender.
11.0 Bidders must also note that before the bid is uploaded, the bid comprising of all attached
documents should be digitally signed using digital signatures as specified in the tender.
12.0 Any query with regard to non-issuance of the tender documents or rejection of the tender
may be forwarded to kishorebabu@indianoil.in
13.0 Bidders to please note that Pre-Bid Conference shall be held at our office at Hyderabad on
16.07.2018 at 17:00 hrswherein all the clarifications with regard to Technical/ Commercial
conditions shall be given. Bidders are advised to ensure that the queries must reach office of the
Corporation latest by 12.07.2018 at 11:00 hrs for this purpose. The queries in editable form may
be sent on email to kishorebabu@indianoil.in.
14.0 Bidders also may note that after the clarifications are given in Pre Bid conference, no further
deviation shall be permitted and all decisions taken by IOCL in the pre-bid conference shall
be binding on all bidders. All prospective bidders are requested to attend the Pre Bid
conference.
NOTE:
a) Bidders are advised to visit the E Tender portal regularly for updates. In case of any
corrigendum or sale date extension, the same shall be issued in the E Tender portal only. No
separate publication shall be done in newspapers/print media.
b) All Bidders are requested to start the submission process of bids at least 4 hours prior to the
due date & time of bid submission to avoid problem in submitting documents due to last
minute rush.
Thanking you,
Yours faithfully

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 3
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

For Indian Oil Corporation Limited

Dy. General Manager (LPG-E)/TAPSO


Note: All Pages/Documents to be signed with Digital Signature with E- Tender Submission

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 4
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TABLE OF CONTENT

SL.
CHAPTER
NO.
1 COVERING LETTER
2 COMMERCIAL DOCUMENT
2.1 PUBLIC e-TENDER NOTICE – Press Advertisement
2.2 NOTICE INVITING E-TENDER – WEBSITE
2.3 CHECK LIST FOR BIDDER
2.4 COMPARATIVE CHART - Excel sheet attached separately
2.5 FORM OF TENDER (TECHNO-COMMERCIAL BID)
2.6 FORM OF TENDER (PRICE BID)
2.7 LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED
PROFORMA OF DECLARATIONS A/B/C/D FOR RELATIONSHIP WITH DIRECTORS OF
2.8
IOCL
2.9 PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING
2.10 PROFORMA OF TENDER NOT TAMPERED
2.11 UNDERTAKING FOR ACCEPTANCE OF TENDER TERMS & CONDITIONS
2.12 INTEGRITY AGREEMENT
2.13 SPECIAL TERMS AND CONDITIONS OF CONTRACT
2.14 DECLARATION (ON AWARD OF WORK ORDER)
2.15 PROFORMA INDEMNITY BOND FOR LOST DEPOSIT RECEIPT
2.16 INDEMNITY BOND UNDERTAKINGS (ON AWARD OF WORK ORDER)
2.17 AMENDATORY AGREEMENT (ON AWARD OF WORK ORDER)
2.18 FORM OF CONTRACT (ON AWARD OF WORK ORDER)
2.19 FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
2.20 BANK GUARANTEE PROFORMA IN LIEU OF SECURITY DEPOSIT
2.21 BANK MANDATE FORMAT
GENERAL CONDITIONS OF CONTRACT ALONG WITH APPENDIX III - Attached
2.22
Separately
3 TECHNICAL DOCUMENT
3.1 ABBREVIATIONS & NOTATIONS
3.2 CODES AND STANDARDS
3.3 SITE DATA
3.4 IOCL SCOPE OF WORK
3.5 VENDORS SCOPE OF WORK
3.6 FUNCTIONAL DESIGN REQUIREMENT (FDR)
4 TECHNICAL SCOPE FOR SUPPLY & WORK OF INSTRUMENTATION
5 DESIGN PHILOSOPHY OF INSTRUMENTATION
6 FIELD INSTRUMENTS SPECIFICATION

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 5
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SL.
CHAPTER
NO.
6.1 TECHNICAL SCOPE OF SUPPLY & INSTALLATION FOR INSTRUMENT VALVES
7 CONTROL ROOM EQUIPMENTS SPECIFICATIONS
8 CABLING,EARTHING, AND OTHER ACCESSORIES SPECIFICATIONS

9 RECOMMENDED VENDOR LIST

10 REPORTING & CO-ORDINATION


11 LIST OF DATASHEET & DRAWINGS
12 SCHEDULE OF RATES

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 6
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

COMMERCIAL DOCUMENT

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 7
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

PUBLIC e-TENDER NOTICE – Press Advertisement

IndianOil
Marketing Division -
Notice Inviting e-Tender
NIT No. /Name of work
TAPSO/LPG-E/AUTOM/2018-19/PT03
E-Tender ID:
Design, supply, installation, testing and commissioning of PLC based Tank Farm Automation
System (TFAS) for auto operation of Remote Operated valve & integration with existing
iSAP (Integrated System for Automated Plant) along with associated works at Cherlapally
LPG Bottling Plant
Downloading Period: 27.06.2018 at 17:00 hrs to 25.07.2018 at 17:00 hrs
Contact Person: Dy. General Manager (LPG-E)/TAPSO
Tel No.: 04027686305
email: kishorebabu@indianoil.in

Visit https://iocletenders.nic.in for downloading Tender documents and participating in e-tenders

Note: Any addendum/corrigendum/sale date extension in respect of above tender shall be issued on
our website: www.iocletenders.nic.in only and no separate notification shall be issued in the press.
Bidders are therefore requested to regularly visit our website to keep themselves updated

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 8
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

NOTICE INVITING E-TENDER

Indian Oil Corporation Limited invites electronic bids through its website
https://iocletenders.nic.in under two bid systems (Part A - Technical / Commercial
Bid and Part B - Price Bid) from reputed technically competent, quality conscious,
experienced and financially sound contractors having experience of similar works
and fulfilling the qualifying requirements as stated hereunder:

E-TENDER NO. : TAPSO/LPG-E/AUTOM/2018-19/PT03


1.0
E-Tender Ref: 2018_APSO_78020_1
2.0 Design, supply, installation, testing and
NAME OF :
commissioning of PLC based Tank Farm
WORK
Automation System (TFAS) for auto operation of
Remote Operated valve & integration with existing
iSAP (Integrated System for Automated Plant)
along with associated works at Cherlapally LPG
Bottling Plant
3.0
TENDER FEE : Nil
Bidders are required to download the tender
documents free of cost from IOCL e-tender website
(https://iocletenders.nic.in)
4.0 Rs. 10,43,78,575 (Rupees Ten Crore Forty Three
ESTIMATED :
Lakh Seventy Eight Thousand Five Hundred
COST
and Seventy Six Only.)
Inclusive of all
including 18% GST
taxes and Duties

5.0
EARNEST : Rs. 7,71,900/- (Rupees Seven Lakhs Seventy One
MONEY Thousand and Nine Hundred Only)
DEPOSIT EMD should be deposited as detailed below :
 Online EMD payment through Net Banking or
NEFT/RTGS
 Bank Guarantee as an instrument towards
Earnest money deposit shall be accepted

For detail about process of payment of online


EMD, bidders shall refer “ Special Instructions to
the Bidder (SITB) ” and “ FAQs - Online EMD

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 9
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Facility in IOCL e-Tendering ” documents attached


separately along with the tender.

Offline EMD payment through Demand Draft (DD),


Bankers Cheque (BC) and Swift Transfer shall not
be accepted. The exemption option available in the
online EMD payment mode shall be availed by the
bidders who are exempted from EMD payment and
also by the bidders permitted to submit Bank
Guarantee (BG) in lieu of EMD as per Tender
conditions.

A scanned copy of the Bank Guarantee or


exemption certificate in case of MSME or exempted
category bidder shall be uploaded along with the
tender documents in the appropriate link.

Original BG (For parties otherwise permitted to


submit the BG in lieu of online EMD) shall be sent
by the bidders/bank to Tender Issuing Authority as
mentioned below and it should reach the Tender
Issuing Authority within 7 working days from the
date of opening of Technical Bids.

For the purpose of receipt of BG, the time recorded


in the receipt/DAK section against receipt shall also
be considered as receipt time.

Only those physical BG instruments found matching


with the copy submitted in the e-portal shall be
considered as valid.

Bank Guarantee is to be executed by Nationalized /


Scheduled Bank towards EMD and should be valid
for a minimum period of 07 (SEVEN) months from
the date of opening of technical bid .

If needed, validity of BG should be extended by the


party / Bank.

Bank Guarantee should be submitted as per


enclosed Proforma only by the Tenderer. Such BG
should be submitted only in a sealed envelope and
should not be in open condition.

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 10
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

If BG towards EMD is submitted in any manner


other than aforesaid, the Tender is liable to be
rejected

Exemption from submission of EMD:

 Central/State Public Sector


Undertakings/JV’s of IOC and Micro
and Small Enterprises (MSEs) having
valid registration are exempted from
submitting EMD.

MSEs must be registered with any of the following


in order to avail the benefit of exemption from
submission of EMD:

District Industries Centers (DIC)


a.
b. Khadi and Village Industries Commission
(KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation
(NSIC)
f. Directorate of Handicraft and Handloom
g. Udyog Aadhar Memorandum (UAM)
h. Any other body specified by Ministry of
MSME.
Note: Against UAM, copy of acknowledgement
generated online shall be acceptable.

MSEs participating in the tender must submit the


certificate of registration with any one of the above
agencies along with their bid, failing which the
Bidder will be treated as general bidder and will not
be eligible for any benefit under the MSMED Act
2006 or regulations there under.

The registration certificate issued from any one of


the above agencies must be valid as on closing
date of the tender. The MSEs who have applied for

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 11
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

registration or renewal of registration with any of


the above agencies/bodies, but have not obtained
the valid certificate as on closing date of the tender
are not eligible for EMD exemption. The EMD
exemption shall be irrespective of whether the MSE
is registered for the tendered item.

It may be noted that this is a works contract and


therefore purchase/price preference for MSEs will
not be applicable for this tender.

Bidders not paying EMD or not submitting valid


exemption certificate on or before tender
submission date and time will be summarily
rejected

6.0
TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:

a Starts on : 27.06.2018 at 17:00 hrs

b Ends on : 25.07.2018 at 17:00 hrs


7.0 Bidders to please note that Pre Bid conference will
PRE BID :
be held in our office on 16.07.2018 at 11:00 hrs
MEETING/
wherein all the clarifications, if any, with regard to
CONFERENCE
Technical/ Commercial conditions shall be given.

Bidders are advised to ensure that the queries must


reach office of the Corporation at least two working
days in advance for this purpose.

The editable soft copy of the queries may also be


sent on email address given in press release /
tender documents.

Bidders also to note that after the clarifications are


given in Pre Bid conference, no further deviation
shall be permitted and all decisions taken by IOCL
in the pre-bid conference shall be binding on all
bidders. All are requested to attend the Pre Bid
conference.
8.0
SUBMISSION OF TENDER IN e-TENDER PORTAL:

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 12
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

a Starts on : 16.07.2018 at 17:00 hrs

b Ends on : 25.07.2018 at 17:00 hrs


9.0
DUE DATE FOR OPENING OF TENDER:
a. Opening of Tender 27.06.2018 at 10:00 hrs
(Technical Bid
Only)
10.0
TENDER : 120 days from opening of technical bid.
VALIDITY
11.0
COMPLETION : 6 (SIX) months from the thirtieth (30th ) day from
PERIOD date of SAP PO or 21 days from the date of e-
mailing the PO or 15 days from the date of dispatch
of the PO by Courier/Registered post whichever is
later ( excluding CAMC period)
12.0 It may please be noted that this is an e-Tender and
MODE OF :
can only be downloaded and submitted in the
TENDER
manner specified in ‘Special Instructions to bidders
SUBMISSION
for participating in e-tender’ attached separately in
this tender.

13.0 CONTACT :
Dy. General Manager (LPG-E)/TAPSO
PERSON Tel.no: 040-27686305
E mail id: kishorebabu@indianoil.in
14.0 PRE-QUALIFICATION CRITERIA ( PQC)
A EXPERIENCE:

The vendor should have the experience of having successfully completed


similar woks (defined below) during the last five years ending 31.05.2018 as
per following :
 Three similar completed works each costing not less than the amount equal
to Rs 29,371,957/-

or
 Two similar completed works each costing not less than the amount equal
to Rs 3,91,62,609/-

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 13
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

or
 One similar completed works costing not less than the amount equal to
Rs 4,89,53,262/-
Note:
 The value of completed job to be submitted by prospective bidders shall
be compared with values as prescribed above. There shall be no
deduction against Taxes.
 The completed job value shall be exclusive of AMC value.
DEFINITIONS OF SIMILAR WORKS

Experience in successful completion of :


a. Works involving Terminal Automation System in Petroleum /
Petrochemical / LPG/ LNG Industries comprising of Tank Farm
Management system including safety system, Pump automation and
automation of ROSOV/DBBV/ROV etc.
OR
b. Work involving Process Automation System in Refineries / Pipeline /
Petrochemical / LPG / LNG industries for a value meeting the qualifying
parameter of the tender.
In addition to above, bidder should have successfully completed at
least, One Terminal Automation work in Petroleum / Petrochemical /
LPG/ LNG Industries comprising of Tank Farm Management system
including safety system, Pump automation and automation of
ROSOV/DBBV/ROV.
However, in case of qualifying works with respect to (b) above, party MUST
additionally submit proof of either (i) having successfully completed at least
one Terminal automation works irrespective of the value, comprising of
Remote loading of Tank Trucks (for at least 6 loading points) or Tank wagons
(for at least 8 loading points) with integration of Automatic Tank Gauging
system in Tank Farm with Terminal Automation Software or (ii) having been
awarded Terminal Automation Work for similar scope of work (at the
minimum) as specified in (i) above by any petroleum oil company in India or
abroad in any one of its’ location , the works for which is in progress. Also in
case of qualifying works with respect to (b) above , other than compliance to
(i) or (ii) as mentioned in this Para , the Terminal Automation System software
should be available with the bidder with further development, customization
and maintenance right for the same.
Note:
 The experience of the tenderer for work completed as per above

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 14
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

requirement must be of their own and not with the support of another
party/ parent company/ subsidiary/ partner firm/ group firm/ backup firm
or as a consortium etc. The credentials of the parent company, JV
partner company, subsidiary company etc shall not be considered.
 Consultants or their subsidiary company or companies under the
management of consultant, are not eligible to quote for the execution of
the same job for which they are working as consultants.
Documents required to be submitted against proof of completion:
i. In case of work order from Government Bodies / PSUs – Copies of
Contract Document along with either completion certificates OR duly
Certified copy of bill / Invoice. In case completion certificate / Bill /
Invoice copy specifies details required like Date of PO/ contract
agreement, Contract Value, Executed value, date of Completion,
details of job execute etc, then submission of contract document shall
not be mandatory.
ii. In case of work orders from Private Parties – Certificate from CA
certifying value of work done with TDS certificates (wherever
applicable) / bank Statement shall be required in addition to that
specified in (i). TDS certificates / Bank Statements shall be used as
corroborative evidence only.
iii. In case of foreign currency transaction to Indian firms, proof of
remittance shall also be required.
iv. Against orders placed by IOCL, proof of completion may be
established from internal records.
v. Orders for which details of completion are available directly from client
or from database against past orders can also be accepted
(specifically when number of bidders getting qualified is less than 3).

B Annual Turnover:
The annual financial turnover (Total Revenue as per annual financial closure
period of the company)during any of the preceding 3 financial years i.e. 2014-
15, 2015-16, 2016-17 should be at least Rs. 5,87,43,914/-

Note:
 Annual turnover for this purpose should be as per Audited Balance
Sheet including P&L Statement / Published Account / Profit & Loss
Account Statement of the tenderer. However, if the tenderer is not
required to get its accounts audited under Section 44AB of The Income
USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 15
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Tax Act, 1961, certificate from a Practicing Charted Accountant


towards the turnover of the tenderer along with copies of its Income
Tax Return to be submitted.
 Audited Balance sheet (P&L Statement)/ Published accounts on a
calendar year basis shall also be acceptable.
 In case of non-availability of audited balance sheets (Profit & Loss
Account Statement)/published accounts of the immediate preceding
year, the audited balance sheet (P&L Statement/ published account of
4th preceding financial year shall also be acceptable.
 Definition of Turnover: Total Revenue as per Schedule III of
Companies act, 2013 (Earlier revised Schedule VI of Companies Act,
1956) shall be considered as turnover.
Other Commercial Criteria:
C
Following other criteria shall also be considered for commercial evaluation:
 PAN
 PF No
 GST Registration No:
 Partnership deed or Certificate of Incorporation with memorandum &
articles of association
 Power of Attorney / Board resolution (as applicable) in favour of Tender
signing authority
 Integrity Pact Agreement
 Standard declarations

Note: Notwithstanding any other condition / provision in the tender documents,


in case of ambiguity or incomplete documents pertaining to PQC & Integrity
Pact, bidders shall be given only one opportunity with a fixed deadline after bid
opening to provide complete & unambiguous documents in support of meeting
the PQ criteria. In case the bidder fails to submit any document or submits
incomplete documents within the given time, the bidder’s tender will be
rejected.

Notes:
a) Parties who have successfully completed similar works during last 5 years

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 16
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ending 31.05.2018 only shall be considered.


b) Date of completion of work and the final value of works completed in the
qualifying work order(s) shall be the criteria for evaluation. However, for
any work where only final bill settlement is pending, then, copies of
MOM/ certificates towards completion of Site Acceptance Tests/handing
over, with/without attending to punch points if any including proof of
payment received up to 31.05.2018 to the tune of qualifying amount shall
be submitted by the bidders towards meeting qualifying norms.
c) For the same project, if separate orders are placed for supplies and
services or variation orders or amendment orders are issued in
continuation of the original purchase/work order , then the total value of
works completed against the original work orders and/or subsequent
variation / amendment orders shall be accepted as one single work
completed against single work order.
d) Work carried out at multiple locations through a single Purchase order will
be considered as one similar work of value equal to the cumulative value of
the locations included in the purchase order.
e) Works carried out by the vendor in India or abroad shall be considered. For
works carried out abroad and payments received by the vendor thru’
foreign currency, exchange rate as per SBI TT Selling rate as on the last
date of the month previous to the one in which the tender was invited. ie as
on 31.05.2018
f) Purchase preference for MSE’s will not be applicable since the tender is a
works contract type.
g) There shall be no relaxation in prequalification criteria for experience and
turnover for MSE’s vendor.

15.0 ADDITIONAL DOCUMENTS REQUIRED IN SUPPORT OF QUALIFYING


NORMS :

a. Submission of EMD / EMD exemption document as stated above.

b. If any of the above mentioned documents are in language other than English,
the same needs to be translated in English , duly notarized (if in India)/
notarized or authenticated (if in foreign).

c. If the copies of work orders/LPG-E/agreements cannot be provided due to


Non-Disclosure Agreement (NDA), between the vendor and customer , then
the letter from the customer addressed to IOCL (in original) specifying all
relevant details of work executed, along with copy of NDA is to be submitted.

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 17
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

d. Certificate from the Bidder as well as certificate from the same auditor
firm/CA, who had audited the last Financial Year’s Balance sheet/P&L
account, in regard to the Net Positive Worth of the bidding company wrt Last
Financial Year to be submitted.

e. Self Certificate that the Terminal Automation System software is available with
the bidder with further development, customization and maintenance right for
the same.

f. In case the contractor is not permitted to issue Tax Invoice, the same should
be clearly mentioned in the Technical Bid and a Certificate should be
enclosed that he has opted for Composition Scheme under the Law.

All required documents are to be submitted only with technical/commercial


bid. No documents / conditions should be attached with the price bid. In case
any essential information given by a bidder is found to be incorrect or a
misrepresentation, the bid is likely to be rejected as not responsive, and if the
bid has resulted in a contract, the contract is liable to be terminated pursuant
to the provisions of Clause 7.0.1.0 of the General Conditions of Contract with
consequences of termination as provided in Section 7 of the General
Conditions of Contract.

16.0 AMBIGUITY / INCOMPLETE DOCUMENTS AGAINST PQC DOCUMENTS:


i. In case of ambiguity or incomplete documents pertaining to PQC, bidders
shall be given one opportunity with a fixed deadline after bid opening to
provide complete and unambiguous documents in support of meeting the
PQ criteria. In case the bidder fails to submit any document or submit in
complete documents within the given time, the bidders tender shall be
rejected.
ii. Documents other than those submitted originally with the technical bid
shall also be acceptable as reply against TQ/CQ provided the following
conditions are met:
 No additional opportunity other than the allowed 1 opportunity shall
be provided.
 Selection if based on the additional documents must comply with
the requirements originally specified in the tender against PQ
criteria i.e. ehile it shall be acceptable to consider a completion
certificate issued by the client after the due date of submission of
bid, the date of completion shall be in line with that specified in the
NIT.
iii. The above restriction of one opportunity shall apply to PQC documents.

17.0 SUMMARILY REJECTION

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 18
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

The tenders of the vendors falling in any one of the below will be summarily
rejected

a. Late submission of the tender.

b. Non-payment of EMD amount in Indian Rupees within the Time limit.

c. Invalid NSIC / MSME exemption certificates (cases where the NSIC /


MSME registration is not in line with the items covered under similar
works criteria, validity etc.).

d. Not meeting the required PQ Criteria of the tender.

e. Non-withdrawal of conditions imposed in tender document & conditions


imposed during negotiations.

f. Submission of forged or false documents / information by any Tenderer


shall make their offer invalid. In addition, action shall also be taken by
IOCL for forfeiture of EMD as well as putting the Tenderer on Holiday list.

g. The bidder has to give declaration in a prescribed format that he / it / they


is / are not under any Holiday List / Black List declared by the OWNER or
by any Department of the State or Central Government or by any other
Public Sector Organization and that there is no inquiry in respect of any
corrupt or fraudulent practice pending against him / it / them. In case he/ it
/ they are under any such list, or any inquiry is pending he/ it / they shall
in the declaration give full details thereof. Such Declaration in respect of a
partnership firm or association of persons shall cover every partner or
member of the association, and in the case of Company shall cover every
Director and Principal shareholders of the company and any Holding
Company and/or Subsidiary Company (ies) if any.

The tenders of such vendors who are under the holiday / black list of
Indian Oil will be summarily rejected.

h. For vendors who are under the holiday list of any Department of the
State or Central Government or by any other Public Sector
Organization, if a communication is received from the Administrative
Ministry of IOCL to ban a party from dealing with IOCL, the party
shall be automatically put on Holiday list and their tender will be
summarily rejected.

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 19
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Holiday listing by other PSUs / Government Departments shall not


automatically extend to IOCL unless the Administrative Ministry of IOCL
advised for the same after undertaking due diligence and process.

18.0 SELECTION OF SUCCESSFUL TENDERER& BID EVALUATION CRITERIA:


18.1 Price Bid of only technically qualified bidder meeting the tender requirements
shall be open.

18.2 Bid Evaluation:


i) The evaluation of bids shall be on the basis of following and the works will be
awarded to the overall Lowest Price Bidder i.e. the L1 bidder (Technically
qualified bidder quoting lowest acceptable rate, with or without negotiations
as the case may be based on overall Bid amount for all Supply, Installation &
Commissioning and CAMC items (Excluding GST).
ii) Bidders have to quote overall percentage + / - and finalized percentage will
be applicable on each item of SOR
i) No Negotiation will be conducted with the bidders as a matter of routine
job. However, Corporation reserves the right to conduct negotiations with
L1 bidder only.
ii) In case of tie between two or more bidders at L-1 position, all the L-1
bidders shall be asked to submit discount bid in terms of percentage
discount over previous quoted amount in a sealed envelope. This activity
would be an off line activity outside the e-portal.
iii) The sealed envelopes shall be opened in front of authorized
representatives of concerned bidders. In case there is a tie again, the
bidder having highest financial turnover during any of preceding 3 financial
years as submitted against turnover criteria shall be considered as L1
bidder.

A. Work Order Placement on L1 bidder :

i. Project Work Order


Project work order shall be placed on the successful L1 bidder (Technically
qualified bidder quoting lowest acceptable rate, with or without
negotiations) based on Overall Bid amount for all Supply and Installation &
Commissioning Services at finalized rate.

For the purpose of placement of work order, item wise base rate shall be
derived based on tendered estimated rate and the applicable GST rate as
indicated by the L1 bidder.

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 20
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Work order for all Supply and Installation & Commissioning Services items
shall be placed at their base rate so derived after applying net offered
premium/discount and applicable GST rate as indicated by L1 bidder in the
Price Bid.

ii. CAMC Order

CAMC work order shall be placed after the completion of the Project Works
at finalized rate.

For the purpose of placement of work order, year wise base rate shall be
derived based on Project executed amount as detailed in special terms and
conditions of the contract.

Work order for CAMC items year-wise shall be placed at their base rate so
derived after applying net offered premium/discount and applicable GST
rate as indicated by L1 bidder in the Price Bid.
Note:
 Rate variation in Taxes and any new promulgated taxes after last date of
the submission of price bid only on the final product and/or services
(applicable to invoices raised on IOCL) within the contractual delivery date
/period (including extension approved if any) shall be on IOCL’s Account
against submission of documentary evidence.
 Further , in case of delay in delivery of goods and/or services, any upward
rate variation in Taxes and any new promulgated taxes imposed after the
contractual delivery date shall be to the Seller’s / Contractor’s Account.
 Similarly in case of any reduction in the rate(s) of the Taxes between last
date of submission of price bid relevant to the Contract and the date of
execution of activities under the contract, the Contractor shall pass on the
benefit of such reduction to IOCL with the view that IOCL shall pay reduced
duty/Tax to Govt.
 Invoice should be raised as per Tax Rates mentioned in the BIDs and in
case at the time of raising Invoice if the invoices raised are not as per Tax
rates mentioned in the bid, payment will be limited to the rate quoted as per
BID subject to increase /decrease in Rates after last date of submission of
Price Bid provided delivery is within the Contractual period.
19.0 OTHER POINTS:

1) Any addendum/ Corrigendum/ submission Date Extension in respect of the


USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 21
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

tender shall be issued on our website https://iocletenders.gov.in only & no


separate notification shall be issued in the press. Bidders are therefore
requested to regularly visit our website to keep themselves updated.

All bidders must login and visit their DASHBOARD on regular basis to get the
timely updates related to any communication sent in the form of e-mail/SMS by
system.

2) Please visit our website https://iocletenders.nic.in for further details of this


tender.

3) Legal dispute, if any, arising during the evaluation of the tender and up to
placement of LOA shall be within the jurisdiction of local courts situated at
Hyderabad and after placement of LOA, the jurisdiction of local courts will be
at Hyderabad.

4) Bidders may note that the following are attached separately and uploaded in
the e-tendering portal:
a) Special Instructions to bidders for participating in e-tendering
b) FAQ’s –online EMD facility in IOCL e-tendering and
c) Format for Acceptance of Tender Terms and Conditions

5) Declaration for e-tender.


The bidder shall upload an undertaking for acceptance of all Terms &
Conditions of Tender including all corrigendum/addendum issued, pre bid
meeting minutes (if any) etc. as a token of their acceptance. The Format of
undertaking is given in the tender documents. The undertaking needs to be
printed on the letter head of the bidder and scanned copy of the undertaking
duly filled up and signed by the bidder’s authorized representative with seal
needs to be uploaded online. However, documents which necessarily have
to be submitted in originals (if any) and any other documents specifically
mentioned in the tender documents have to be submitted offline.

6) ORIGINAL DOCUMENT VERIFICATION **:


The successful bidder (L1) shall be required to present their original documents
(pertaining to PQC) to the tender inviting authority through their authorized
representative within a period of 7 days from the date of opening of price bids or
date of intimation as specified in Tender. Only documents against pre-
qualification criteria shall be verified with originals.

In case any original document is preserved outside India and the bidder is
unable to produce the originals for verification, certification of such documents
from concerned embassy / Consulate should be submitted within a period of 7

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 22
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

days from the date of opening of price bids or date of intimation as specified in
Tender.

In the event of failure of the bidder to get the documents verified as per the
specified time schedule, the EMD of the party shall be forfeited.

In case, it is observed that the L1 party has submitted forged documents,


besides cancellation of Tender, necessary action for Holiday listing of the party
in line with guidelines shall be carried out including forfeiture of EMD.

Recommendations for award of contract shall be made only after verification of


documents with originals of the successful bidder(s).

Note:
The tender will be an e-tender; therefore the date and time and document
submission format will be guided by the logic/programme of the application
software pertaining to the website.

Vendors to submit/upload the respective sections/portion of the techno-


commercial bid documents or the documents as specifically asked for in the
tender and the price bid, duly filled up.

However, documents which necessarily have to be submitted in originals (if any)


and any other documents mentioned in the tender documents have to be
submitted offline.

All the uploaded documents need to be digitally signed by the representative of


the bidder duly authorized by notarized power of attorney/ Board Resolution/
authorized in Company letter Head under Company Seal by rank not less than
Board Member. The person whose DSC is used to upload the tender also need
to be duly authorised in similar way as desired for Authorised Signatory.

Indian Oil Corporation Limited shall not be responsible in any way for
failure on the part of the bidder to follow the instructions.

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 23
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

CHECK LIST FOR BIDDER

Sl. No Particulars Requirements

To be updated in attached excel sheet


1 Party’s General Information
(Comparative chart)
Upload the POA / Board Resolution (as
Authority of the person uploading the
2 applicable)
bids with his DSC.
To be updated in attached excel sheet
3 Company details
(Comparative chart)
Affidavit for Sole proprietorship /
4 Partnership deep / Certificate of In To be uploaded
Corporation/ MOA as applicable
Company Registration Certificates ( To be updated in attached excel sheet
5 CIN no, Registration no, PAN, GST, PF (Comparative chart) and upload the
& ESIC certificates
To be updated in attached excel sheet
(Comparative chart) and upload the required
6 EMD details
documents/ exemption certificate etc as per
NIT
To be updated in attached excel sheet
Qualifying Work orders, completion
7 (Comparative chart) and upload the required
certificates, etc as per NIT
documents as per NIT
Particulars for Other Supporting work
order details ( applicable in-case To be updated in attached excel sheet
8 qualifying work orders is/are of (Comparative chart) and upload the required
Process Automation System as documents as per NIT (if applicable)
detailed in NIT)
Self-Certificate that the TankFarm
Automation System software is
9 available with the bidder with further To be uploaded
development, customization and
maintenance
Non Disclosure Agreement (NDA)-
Letter from the customer addressed
10 To be uploaded (if applicable)
to IOCL specifying all relevant details
of works executed as per NIT.
Annual Turnover for last three To be updated in attached excel sheet
11 financial years as per details (Comparative chart) and upload the required
mentioned in the NIT documents as per NIT
Acknowledgment copies of IT returns
12 To be uploaded
for last three assessment years

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 24
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sl. No Particulars Requirements

Net Positive Worth of the bidding


Certificate along with supporting document as
13 company wrt Last Financial Year
per NIT To be uploaded
(2016-17)
Certificate to be enclosed that the bidder has
14 Composition Scheme under the Law opted for Composition Scheme under the law
(if applicable)
Covering letter of Integrity Pact duly
15 To be uploaded
filled signed and stamped.
Integrity Pact Agreement duly filled,
signed & stamped.
16 Note: The signed IP should be complete To be uploaded
in all respect. Partial submission of IP
document will also not to be considered
Form of Tender duly filled signed and
17 To be uploaded
stamped
Duly filled, signed & stamped copy of
the company Bank Mandate as per
18 To be uploaded
attached format along with Cancelled
cheque.
Duly filled, signed & stamped copies of
19 Declaration A/B/C/D for relationship To be uploaded
with Directors of IOCL.
Duly filled, signed & stamped copies of
Declaration of Holiday listing/ Black
20 listing as per attached format. (Bidder To be uploaded
MUST mentioned NIL, if not on Holiday
list)
Duly filled, signed & stamped copies of
21 attached Format for acceptance of To be uploaded
tender terms and conditions.
Duly filled, signed & stamped copies of
22 attached Declaration of non-tempering To be uploaded
of documents.
Whether mobilization advance
To be updated in attached excel sheet
23 required (if applicable as per special
(Comparative chart)
terms & conditions of the tender)
To be updated in attached excel sheet
Any Other documents / declarations
24 (Comparative chart) and upload the said
etc as per tender requirement (if any)
document (if applicable).
Remarks or any other information by
To be updated in attached excel sheet
25 the bidder
(Comparative chart)
(Bidder to note that conditional offer

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 25
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sl. No Particulars Requirements

shall not be accepted)

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 26
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

COMPARATIVE CHART - Excel sheet attached separately

1. Comparative chart Statement in Microsoft Excel Format has been attached separately.
2. Bidders are required to update the attached Excel Sheet and upload the same along with
Technical Bid.
3. Please state “NOT APPLICABLE” in the Excel Sheet in case you have no positive answer.
4. Non-updation of any details may mean incomplete tender.
5. Necessary supporting documents to be uploaded.
6. Responsibility of correctness of details lies with the Tenderer.
7. Corporation reserves the right to assess the tenderer’s capacity and capability if necessary by
visiting/ inspecting recently executed / under execution of works

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 27
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FORM OF TENDER (TECHNO-COMMERCIAL BID)

(To be filled up by the Tenderer)


From Date:
_____________________

_____________________

To
DGM (LPG-E)/TAPSO
Indian Oil Corporation Ltd,
Telangana & Andhra Pradesh State Office
“Naspur House”, Himayatnagar,
Hyderabad-500029

Tender No.:

Dear Sirs,

Having examined the Tender Documents consisting of the Notice Inviting tender, Statement of
Credentials, Instructions to Tenderers – Particular conditions of contract, Special Terms and
conditions, General Conditions of Contract, QAP, Specifications, Drawings, Time Schedule, Form
of Contract, Price Bid, and Addendum, if any, to the Tender Documents, and having understood
the provisions of the said Tender Documents and having thoroughly studied the requirements of
Indian Oil Corporation Ltd. relative to the work tendered of Indian Oil Corporation Ltd (Mktg.
Divn.) and having conducted a thorough study of the job involved and things whatsoever
necessary for or relative to the formulation of the tender or the performance of work, I/we
hereby submit my/our tender offer for the performance of proposed work in accordance with the
terms and conditions and within the time mentioned in the Tender Documents.
In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil
Corporation Ltd., by adjustment in the price/EMD of Tender Documents, I/We further undertake
to keep my/our this tender offer open for a period of not less than 4 (four) months from the
scheduled date of opening of Tenders as specified in the General Instructions to Tenderers
forming part of the Tender Documents.
I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our
Directors (in the case of a Company) was/were employed as Directors of Indian Oil Corporation
Ltd., during the period of 2 (two) years immediately preceding the date hereof OR I/We hereby
declare that I/Shri ____________________one of our partners (in the case of partnership
firm/Directors (in the case of a Company) was employed as a Director in Indian Oil Corporation
Ltd., during the period of 2 (two) years immediately.

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 28
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Preceding the date hereof and that I/Shri ______________________ have/has obtained previous
permission of Indian Oil Corporation Ltd. to make this tender.
I/We have annexed to this Bid the following documents:
(i) Schedule of Rates in the prescribed form.
(ii) Original Power of Attorney or other proof of authority of the person who has digitally signed
the Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary Public in
proof of the authority of the person who has digitally signed the Tender.
(iii) Information regarding Tenderer in the form annexed to the Form of Tender.
(iv) Information regarding experience of the Tenderer in the performance of work of a comparable
nature in the form annexed to the Form of Tender.
(v) Information regarding Organization structure.
(vi) Set of Tender Documents, as issued duly signed.
(vii) Additional Documents as listed below:

a.
b.
c.

I/We hereby undertake that the statements made herein/information given in the Annexures
referred to above are true in all respects and that in the event of any such statement or information
being found to be incorrect in any particular, the same may be construed to be a misrepresentation
entitling Indian Oil Corporation Ltd. to avoid any resultant contract.

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.

I/We confirm having deposited Earnest Money of Rs.____________


(Rupees_______________________________) as detailed hereunder (Strike off whichever is not
applicable)

(Signature(s) of the Tenderer(s))

Name & Designation of


Authorized person
Signing the Tender on behalf of
the Tenderer(s)
Full Name and address of the Tenderer(s)

USE Digital Signature Certificate (DSC) to upload the Tender documents, refer corrigendum’s etc., in e-tender
website https://iocletenders.nic.in
Note- All parties are requested to Complete the submission process at least 4 hours prior to the submission end date
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 29
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FORM OF TENDER (PRICE BID)

(To be filled up by the Tenderer)

Date:
From

_____________________

_____________________

_____________________
To
DGM (LPG-E)/TAPSO
Indian Oil Corporation Ltd,
Telangana & Andhra Pradesh State Office
“Naspur House”, Himayatnagar,
Hyderabad-500029

Tender No.

Dear Sirs,

Having examined the Tender Documents consisting of the Short Tender Notice, General Instructions
to Tenderers, General Conditions of Contract, Special Instructions to tenderers, Additional
Instructions to Tenderers, Special Conditions of Contract, Specifications, Plans, Drawings, Time
Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates, and Addendum (a) to the
Tender Documents, and having understood the provisions of the said Tender Documents and having
thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered of
Indian Oil Corporation Ltd (Mktg. Divn.) and having conducted a thorough study of the job site(s)
involved, nature of inspections, quantum of works involved, the climatic conditions, labour, power,
water, material and equipment availability, the transport and communication facilities, the
availability and suitability of borrow areas, and things whatsoever necessary for or relative to the
formulation of the tender of the performance of work, I/we hereby submit my/our tender offer for
the performance of proposed work in accordance with the terms and conditions and within the time
mentioned in the Bid Documents at the rate(s) quoted by me/us in the accompanying Schedule of
Rates based on the Form of Schedule(s) of Rates included within the Tender.

If the work or any part thereof is awarded to me/us, I/We undertake to perform the work in
accordance with the Contract Documents as defined in the Form of Contract forming part of the
Tender Documents and accept the terms and conditions of Contract as laid down therein and
undertake within 10 (ten) days of receipt of acceptance of Tender to pay to and/or deposit with
Head Office, Marketing Division, Indian Oil Corporation Ltd. the Security Deposit, by any one or more
of the modes of payments specified in this behalf in the General Conditions of Contract, and to
commence work for each job site(s) as soon as the relevant Call Up Orders are placed on us or any
part thereof to me/us, and to sign the formal Contract in the terms of the form of contract forming
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 30
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

part of Tender Documents, within 10 (ten) days of receipt of Letter of Acceptance from and on
behalf of Indian Oil Corporation Ltd, in this behalf failing which Indian Oil Corporation Ltd., shall be
at liberty, without reference to me/us and without prejudice to any of its rights or remedies, to
terminate the Contract and/or to forfeit the earnest money deposited in terms hereof.

In consideration of the sum of Rupee.1/- (Rupee one) only paid to me/us by Indian Oil Corporation
Ltd., by adjustment in the price of Tender Documents/EMD, I/We further undertake to keep my/our
this tender offer open for a period of not less than 4 (four) months from the scheduled date of
opening of Tenders as specified in the General Instructions to Tenderer forming part of the Tender
Documents.

I/We have annexed to this Bid the following documents:

(i) Schedule of Rates in the prescribed Form.

(ii) Original Power of Attorney or other proof of authority of the person who has digitally
signed the Tender OR copy of Power of Attorney or other authority duly certified by a
Gazetted Officer or a Notary Public in proof of authority of the person who has digitally
signed the Tender.

I/We hereby undertake that the statements made herein/information given in the Annexures
referred to above are true in all respects and that in the event of any such statement or information
being found to be incorrect in any particular, the same may be construed to be a misrepresentation
entitling Indian Oil Corporation Ltd. to avoid any resultant contract.

I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.

[Signature(s) of the Tenderer(s)]


Name & Designation of authorized person
Signing the Tender on behalf of the Tenderer (s)
Full Name and address of the Bidder(s)
Witness :
Signature :
Name :
Occupation :
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 31
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED

SN NAME OF THE DIRECTOR SN NAME OF THE DIRECTOR

1. Shri Sanjiv Singh 11. Shri Parindu K.Bhagat


Chairman A/F/1, Shapath Tower-IV
Indian Oil Corporation Limited Opp.Karnavati Club, Above Central Bank
Corporate Office S.G.Highway
Plot 3079/3, Sadiq Nagar Ahmedabad-380 015.
J.B.Tito Marg
New Delhi-110 049.
2. Shri A.K.Sharma 12. Shri Vinoo Mathur
Director (Finance) Tower 10 / Flat 902
Indian Oil Corporation Limited Vipul Belmonte, Golf Course Road, Sector 53
Corporate Office Gurugram – 122 002.
Plot 3079/3, Sadiq Nagar
J.B.Tito Marg
New Delhi-110 049.
3. Shri Anish Aggarwal 13. Shri Samirendra Chatterjee
Director (Pipelines) 71 Vikramshila Apartments
Indian Oil Corporation Limited IIT Delhi Campus
A-1, Udyog Marg Hauz Khas
Sector-1 New Delhi-110 016.
Noida-201 301.
4. Shri G.K.Satish 14. Shri Vivek Rae
Director (Planning & Business Development) Flat No.171
Indian Oil Corporation Limited Gulmohar Enclave
IndianOil Bhavan New Delhi-110 049.
No.1, Sri Aurobindo Marg
Yusuf Sarai
New Delhi-110 016.
5. Dr.S.S.V.Ramakumar 15. Shri Chitta Ranjan Biswal
Director (R&D) Plot No.36, Prashasan Nagar
Indian Oil Corporation Limited Road No.72, Jubilee Hills
R&D Centre Hyderabad-500 033.
Sector 13
Faridabad-121 002.
Haryana.
6. Shri B.V.Rama Gopal 16. Dr.Jagdish Kishwan
Director (Refineries) B 702, True Friends Apartments
Indian Oil Corporation Limited Sector-6, Plot-29
SCOPE Complex Core 2 Dwarka,
7, Institutional Area New Delhi-110 075.
Lodhi Road
New Delhi – 110 003.
7. Shri Ranjan Kumar Mohapatra 17. Shri Sankar Chakraborti
Director (Human Resources) SMERA Ratings Limited
Indian Oil Corporation Limited 102, 1st Floor, Sumer Plaza
Corporate Office Marol Maroshi Road
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 32
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN NAME OF THE DIRECTOR SN NAME OF THE DIRECTOR

Plot 3079/3 Andheri (East)


Sadiq Nagar Hyderabad – 400 059.
J.B.Tito Marg
New Delhi-110 049.
8. Smt.Urvashi Sadhwani 18. Dr. B. Mahadevan
Sr.Adviser Indian Institute of Management Bangalore
Ministry of Petroleum & Natural Gas 116, Faculty Quarters
Shastri Bhavan Bannerghatta Road
New Delhi-110 001. Bangalore-560 076.

9. Shri Ashutosh Jindal 19. Shri Dharmendra Singh Shekhawat


Joint Secretary(M) D.S.Shekhawat & Associates
Ministry of Petroleum & Natural Gas S.No.-201-202, Venkateshwara Tower,
Shastri Bhavan Central Spine, Vidhyadhar Nagar,
New Delhi – 110 001. Jaipur-302 023.
10. Shri Sanjay Kapoor
SCO 3, First Floor, Sector 11,
Panchkula-134 112.
Haryana
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 33
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

PROFORMA OF DECLARATIONS A/B/C/D FOR RELATIONSHIP WITH DIRECTORS OF IOCL

D E C L A R A T I O N - `A'
We declare that we have complied with the conditions of Agreement.

Date :
Place : Tenderer’s Signature & Seal

D E C L A R A T I O N - `B'
We declare that we do not have any employee who is related to any officer of the Corporation/
Central/ State Governments.

We have the following employees working with us who are near relatives of the Officer/ Director of
the Corporation/Central/State Government.

Name of the employee Name & designation of the Officer of the


of the Tenderer Corporation/Central/State Governments

Date :
Place : Tenderer’s Signature & Seal
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 34
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

D E C L A R A T I O N - `C'
The Tenderer is required to state whether he is a relative of any Director of our Corporation or the
Tenderer is a firm in which any Director of our Corporation or his relative is a partner or any other
partners of such a firm or alternately the Tenderer is a private company in which Director of our
Corporation is a member or Director .

1. Name of the Tenderer


and his relations with the
Director in our Corporation.

2. Name of the Director of the


Corporation who is related to
the Tenderer.

3. Name of the Director of the


Corporation who is a member or
a Director of the firm.

Date :
Place : Tenderer’s Signature & Seal
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 35
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

DECLARATION – ‘D’
Tenderer is required to state whether they have employed any retired Director and above rank
officer of Indian Oil Corporation Limited in their firm. If so, details hereunder to be submitted.

1. Name of the person :

2. Post last held in IOC :

3. Date of retirement :

4. Date of employment in the firm :

Date :
Place : Tenderer’s Signature & Seal

N.B.

1. A separate sheet may be attached, if the above is not sufficient.


2. Strike out whichever is not applicable. If the Tenderer employs any person subsequent to
signing the above declaration and the employee/s so appointed happens to be the near
relatives of the Officer/Director of the Corporation/Central/State Governments, the
Tenderer should submit another declaration furnishing the name/s of such employee/s who
is/are related to the officer/s of the Corporation/Central/State Governments.

**********************
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 36
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING

In the case of a Proprietary concerns:

I hereby declare that neither I in my personal name or in the case of my Proprietary concern M/s
_________________________________________, which is submitting the accompanying Bid/Tender, nor any
other concern in which I am proprietor nor any partnership firm in which I am involved as a Partner, are
presently or having during the past three years, been placed on any black list or holiday list declared by Indian
Oil Corporation Limited or by any department of any Government (State, Provincial, Federal or Central) or by
any Public Sector Organization in India or in any other country nor is there pending any inquiry by Indian Oil
corporation Ltd. or any Department of Government or by any other Public Sector Organization in India or in any
other country, in respect of any corrupt or fraudulent practice(s) against me or any other of my proprietorship
concern(s) or against any partnership firm(s) in which I am or was at the relevant time involved as a partner,
except as indicated below:
(Here give particulars of blacklisting or holiday listing, and/or inquiry in absence thereof state “NIL”)

In the case of a Partnership Firm:

We hereby declare that neither we, M/s______________________________________submitting the


accompanying Bid/Tender nor any partner involved in the said firm either in his individual capacity or as
proprietor or partner of any firm or concern presently are or within the past three years have been or has been
placed on black list or holiday list declared by Indian Oil Corporation Limited or by any department of
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in any other
country nor is there pending any inquiry by Indian Oil corporation Ltd. or any Department of any Government
(State, Provincial, Federal or Central) or by any other Public Sector Organization in India or in any other
country, in respect of any corrupt or fraudulent practice(s) against us or any partner or any other concern or
firm of which he is proprietor or partner, except as indicated below:
(Here give particulars of black listing or holiday listing, and in absence thereof state “NIL”).

In the case of Company:

We hereby declare that neither we or a parent, subsidiary or other Company under direct or indirect common
parent (associate company) are presently nor have within the past three years been placed on black list or
holiday list declared by Indian Oil Corporation Limited or by any Department of any Government (State,
Provincial, Federal or Central) or by any Public Sector Organization in India or in any other country nor is there
pending any inquiry by Indian Oil corporation Ltd. or any Department of any Government (State, Provincial,
Federal or Central) or by any other Public Sector Organization in India or in any other country, in respect of
corrupt or fraudulent practice(s), except as indicated below:
(Here give particulars of black list or holiday listing, and in absence thereof state “NIL”)
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 37
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd., shall
have the right to reject my/our/bid, and if the bid has resulted in a contract, the contract is liable to be
terminated without prejudice to any other right or remedy (including black listing or holiday listing) available to
Indian Oil Corporation Ltd.

Place & Date: Name & Signature of Signator


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 38
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

PROFORMA OF TENDER NOT TAMPERED

(TO BE SUBMITTED ON LETTER HEAD OF THE BIDDER DULY SIGNED)

Note: Copy to be uploaded along with tender and original to be submitted during documents
verification.

Subject: Tender No: TAPSO/LPG-E/AUTOM/2018-19/PT03


I/We _________________________________________________ (Name of Bidder), hereby declare
that:

• I/We have not tampered or modified the subject tender document in any manner and
before uploading, same has been cross-checked with documents hosted on your e-portal
https://iocletenders.nic.in. In case, if same is found to be tampered/modified, I/We understand that
my/our tender will be summarily rejected and EMD/SD may be forfeited and I am/We are liable to
be banned from doing business with and/or prosecuted.

• I/We, hereby confirm that if any discrepancy observed in the submitted tender even at a
future date, I/We will abide by all the terms and conditions as per all the documents hosted
including Addendums/Changes/Corrigendum, on your e-portal related with subject tender. I/We
further assure that we agree to all the decisions confirmed in Pre-Bid Conference of the subject
tender.

Tenderer's Signature& Seal


Date:
Place:

Witness:
1) Name & Address: ____________________________________
____________________________________
____________________________________
2) Name & Address: ____________________________________
____________________________________
____________________________________
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 39
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

UNDERTAKING FOR ACCEPTANCE OF TENDER TERMS & CONDITIONS

NAME OF WORK:
Tender No. :
We confirm that we have quoted the rates in the tender considering Inter-alia the
1. Tender Document(pages)
2. Additional Document(s) (if any pages)
3. BOQ Document (Price Bid Format)
4. Corrigendum (if any pages)
5. Pre Bid Meeting Minutes (if any pages)

We ________________________________________________________ (Name of the Tenderer)


hereby certify that we have fully read and thoroughly understood the tender requirements and
accept all terms and conditions of the tender including all corrigendum/addendum issued, if any.
Our offer is in confirmation to all the terms and conditions of the tender including all
corrigendum/addendum, if any and minutes of the pre-bid meeting. In the event our offer is found
acceptable and contract is awarded to us, the complete tender document shall be considered for
constitution of Contract Agreement.

SIGNED FOR AND ON BEHALF OF TENDERER(S)

Name of Tenderer(s)

Date : _ _/_ _/_ _ _ _


Place :
Seal & Signature of Tenderer
NOTE: This declaration should be signed by the Tenderer's authorized representative on COMPANY
LETTERHEAD who is signing the Bid and scanned copy to be uploaded.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 40
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

INTEGRITY AGREEMENT

(COVERING LETTER)
(APPLICABLE FOR TENDER VALUE > Rs 10 CRORE ONLY)

Covering Letter required to be signed and submitted by the tenderer


Ref: Dated:
To,
Indian Oil Corporation Limited
-------------------------------------------------
---------------------------------------------
Sub: Submission of Offer for Tender no. ______________ for _____________________________
Dear Sir,
The Bidder acknowledges that Indian Oil Corporation Limited (IOCL) has signed the MOU with Transparency
International India for the adoption of the Integrity Pact Program and stands committed to following the
principles thereof as enumerated in the Integrity Agreement enclosed with the tender document.
The Bidder agrees that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that
the Bidder will sign the enclosed Integrity Agreement, which is an integral part of tender documents, failing
which the tenderer will stand disqualified from the tendering process. The Bidder acknowledges that the
Bid would be kept open in its original form without variation or modification for a period of ________ days
(state the number of days from the last date for the receipt of tenders stated in the NIT) AND THE MAKING
OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of
the NIT.
Bidder confirms acceptance and compliance with the Integrity Agreement in letter and spirit and further
agrees that execution of the said Integrity Agreement shall be separate and distinct from the main contract,
which will come into existence when bid is finally accepted by IOCL. The Bidder acknowledges and accepts
the duration of the Integrity Agreement, which shall be in line with Article 8 of the enclosed Integrity
Agreement.
Bidder acknowledges that in the event of Bidder’s failure to sign and accept the Integrity Agreement, while
submitting the Bid, IOCL shall have unqualified, absolute and unfettered right to disqualify the tenderer and
reject the Bid in accordance with the terms and conditions of the tender.
Yours faithfully,
(Duly authorized Signatory of the Bidder)
(Note - One copy of this letter along with the Integrity Agreement duly signed must be returned along with
the offer).
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 41
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

INTEGRITY AGREEMENT

To be executed on plain paper and submitted along with Technical Bid/Tender documents for tenders
having a value of 10 crores or more. To be signed by the bidder and same signatory competent/authorised
to sign the relevant contract on behalf of IOCL. (Marketing Division)

Tender no. :
INTEGRITY AGREEMENT
This Integrity Agreement is made at __________ on this ______ day of ____________, 2010 BETWEEN
Indian Oil Corporation Limited, a company duly incorporated and validly existing under the provisions of
Companies Act, 1956 and having its registered office at Indian Oil Bhavan, 9, Ali Yavar Jung Marg, Bandra
(East), Hyderabad 400051 (hereinafter referred as the ‘Principal/Owner’, which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)
And
…………….(name and address of the Individual/firm/Company/consortium members through _____(mention
details of duly authorized signatory) hereinafter referred to as the “Bidder/Contractor” and which
expressionshall unless repugnant to the meaning or context hereof include its successors and
permitted assigns. Preamble

WHEREAS the Principal/Owner has floated a tender (Tender No. : ) (hereinafter referred to as “Tender”)
and intends to award, under laid down organizational procedures, contract/s purchase order/work order
for …………..(name of contract/order) or items covered under the tender hereinafter referred to as the
“Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and
Contractor(s).

AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed Independent External
Monitors (IEM), to monitor the Tender process and the execution of the Contract for compliance with the
principles as laid down in this Agreement.

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall
also be read as integral part and parcel of the Tender documents and Contract between the parties.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 42
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as
follows and this Pact witnesseth as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
a) No employee of the Principal/ Owner, personally or through any of his/her family members, will, in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally entitled to.
b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The
Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s)
the same information and will not provide to any Bidder(s) confidential I additional
information through which the Bidder(s) could obtain an advantage in relation to the Tender
process or the Contract execution.
c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal Code (IPC) /Prevention of Corruption Act, 1988 (PC Act) or is in
violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the
Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.
Article 2-Commitments of the Bidder(s)/Contractor(s)
1) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption.
He commits himself to observe the following principles during his participation in the Tender process
and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or
give to any of the Principal/Owner’s employees involved in the Tender process or execution of the
Contract or to any third person any material or other benefit which he/she is not legally entitled to,
in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or
during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/Contractor(s) will not use improperly, (for the purpose of competition or personal gain), or
pass on to others, any information or document provided by the Principal/Owner as part of the
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 43
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

business relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
d) The Bidder(S)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(S)/Contractor(s) of Indian Nationality shall
disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on
behalf of the foreign principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participates in a tender on behalf of one manufacturer, he would
not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/ parallel tender for the same item.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma
enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the Contract.
2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be
an accessory to such offences.
Article 3- Disqualification from Tender Process and exclusion from future contracts
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his
reliability or credibility in question, the Principal/Owner is entitled to disqualify the
Bidder(s)/Contractor(s) from the Tender process or terminate the Contract, if already executed or
exclude the Bidder/ Contractor from future contract award processes. The imposition and duration
of the exclusion will be determined by the severity of transgression and determined by the
Principal/Owner. Such exclusion may be for a period of 1 year to 3 years as per the procedure
prescribed in the guidelines for holiday listing of the Principal/Owner.
2) The Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s
absolute right to resort to and impose such exclusion.
3) Apart from the above, the Principal/Owner may take action for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the Principal/Owner.

Article 4-Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(/Contractor(s):
1) Forfeiture of EMD/Security Deposit: If the Principal/Owner has disqualified the Bidder(s) from the
Tender process prior to the award of the Contract or terminated the Contract or has accrued the
right to terminate the Contract according to Article 3, the Principal/Owner apart from exercising any
legal rights that may have accrued to the Principal/Owner, may in its considered opinion forfeit the
Earnest Money Deposit/ Bid-Security amount of the Bidder/Contractor.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 44
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

2) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or


of an employee or a representative or an associate of a Bidder or Contractor which constitutes
corruption within the meaning of PC Act, or if the Principal/Owner has substantive suspicion in this
regard, the Principal/Owner will inform the same to the Chief Vigilance Officer.
Article 5- Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other
Company in any country confirming to the anti-corruption approach or with any other Public Sector
Enterprise in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the Bidder/
Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted \recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion
as per laid down organizational procedures, revoke the exclusion prematurely.
Article 6- Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of
the principles laid down in this agreement/Pact by any of its Sub-contractors,/ sub-vendors.
2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the
Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the
Tender process, from the Tender process.3
Article 7-Independent External Monitor (IEM)
1) The Principal/Owner has appointed competent and credible Independent External Monitor(s) (IEM)
for this Pact. The task of the Monitor is to review independently and objectively, whether and to
what extent the parties comply with the obligations under this Pact.
2) The IEM is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairman, Indian Oil Corporation Limited.
3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access, without restriction, to all
Project documentation of the Principal/Owner including that provided by the Contractor. The
Contractor will also grant the IEM, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his or any of his Sub-Contractor’s project documentation. .
The IEM is under contractual obligation to treat the information and documents of the
Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 45
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

4) In case of tenders having estimated value of Rs 150 Crores or more, the Principal/Owner will provide
to the IEM sufficient information about all the meetings among the parties related to the Project and
shall keep the IEM apprised of all the developments in the Tender Process.
5) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will so inform the
Management of the Principal/Owner and request the Management to discontinue or take corrective
action, or to take other relevant action. The IEM can in this regard submit non-binding
recommendations. Beyond this, the IEM has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.
6) The IEM will submit a written report to the Chairman, Indian Oil Corporation Limited within 6 to 8
weeks from the date of reference or intimation to him by the Principal/Owner and, should the
occasion arise, submit proposals for correcting problematic situations.
7) If the IEM has reported to the Chairman, Indian Oil Corporation Limited a substantiated suspicion of
an offence under the relevant IPC/PC Act, and the Chairman, IOCL has not, within reasonable time
taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the
IEM may also transmit the information directly to he Central Vigilance Commissioner.
8) The word “IEM” would include both singular and plural.

Article 8- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12
months after the completion of work under the Contract or till the continuation of defect liability period,
which ever is more and for all other Bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite the
lapse of this Pact as specified above, unless it is discharged/determined by the Chairman, IOCL.
Article 9-Other Provisions
1) This Pact is subject to Indian law, place of performance and jurisdiction is the Head Office/Head
quarters of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners and
consortium members. In case of a Company, the Pact must be signed by a representative duly
authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original intentions.
5) Any dispute or difference arising between the parties with regard to the terms of this
Agreement/Pact, any action taken by the Owner/Principal in accordance with this Agreement/ Pact
or interpretation thereof shall not be subject to arbitration.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 46
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Article 10- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies
belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative
and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties
agree that this Pact will have precedence over the Tender/Contract documents with regard any of the
provisions covered under this Pact.
IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and date first above
mentioned in the presence of following witnesses:

_________________________
(For and on behalf of Principal/Owner)

__________________________
(For and on behalf of Bidder/Contractor)

WITNESSES:
1. _____________ (signature, name and address)

2. _____________ (signature, name and address)


Note: In case of Purchase Orders wherein formal agreements are not signed references to witnesses may
be deleted from the last part of the Agreement
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 47
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SPECIAL TERMS AND CONDITIONS OF CONTRACT

(FOR TANK FARM AUTOMATION SYSTEM)

20.0 EARNEST MONEY DEPOSIT


20.1 Bidders are requested to submit earnest money deposit in favour of INDIAN OIL
CORPORATION LIMITED payable at Hyderabad in any one of the form mentioned below:

i. Online EMD payment through Net Banking or NEFT/RTGS

ii. Bank Guarantee as an instrument towards Earnest money deposit shall be accepted

For detail about process of payment of online EMD, bidders shall refer “ Special Instructions
to the Bidder (SITB) ” and “ FAQs - Online EMD Facility in IOCL e-Tendering ” documents
attached separately along with the tender.

Offline EMD payment through Demand Draft (DD), Bankers Cheque (BC) and Swift Transfer
shall not be accepted.
20.2 EMD in the form of a bank guarantee issued by scheduled banks appearing in the second
schedule to the RBI Act, 1934 (as per the format furnished in the tender) shall be accepted
only when the amount of the BG is not less than 1 Lac as per clause 2.1.1.2 c of Instruction
to tenderers of GCC enclosed and up to 2 (two) Crore. Such bank guarantee shall be issued by
a scheduled bank in India acceptable to the owner and shall be strictly in the format
prescribed by the Corporation for the specific purposes for which the BG is required to be
furnished.

BG for value above Rs 2 (Two) Crore will be accepted if it is issued by an Indian Branch of:

i. Any Nationalized/ PSU Bank appearing in the Second schedule to the RBI Act, 1934

ii. Any Scheduled Bank (Other than a nationalized/ PSU bank) having a Credit rating of
atleast “A” of Moody’s or equivalent, in case of foreign banks and credit rating at
least “AA” of CRISIL or equivalent (SEBI approved rating agencies), in case of Indian
Banks, at the time of acceptance of BG.

In case of Bank Guarantee, bidder will upload scanned copy of BG as exemption document.
Original BG shall be sent by the bidders /bank to Tender Issuing Authority as mentioned
below.

The EMD BG should be sent in an envelope sealed by the Bank subscribed as

“EMD Bank Guarantee for Tender


no.________________________for_________________________________< Name of
tendered Works >”so as to reach to Tender Issuing Authority within 7 working days from the
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 48
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

date of opening of technical bids. For the purpose of receipt of BG, the time recorded in the
receipt/DAK section against receipt shall also be considered as receipt time.

Address:
DGM (LPG-E)/TAPSO
Indian Oil Corporation Ltd,
Telangana & Andhra Pradesh State Office
“Naspur House”, Himayatnagar,
Hyderabad-500029

Tenders uploaded online without either online EMD or BG been received in original (for Bank
Guarantee) at IOCL office shall be rejected outright. Only those physical BG instruments found
matching with the copy submitted in the e-portal shall be considered as valid.

Bank Guarantee is to be executed by Nationalized / Scheduled Bank towards EMD and should
be valid for 07 (seven) months from the date of opening of technical bid. If needed, validity of
BG should be extended by the party / Bank.
20.3 Central/ State Public sector undertakings/ JV’s of IOC and Parties under MSMED Act, 2006 (or
erstwhile NSIC registered parties) for the tendered items are exempted from making EMD.
20.4 The bidder, registered under Medium & Small Enterprises Development Act, 2006 (MSMED
Act 2006) as Micro, Small or medium enterprise for the items / services covered under this
tender, shall be required to indicate the Entrepreneurs Memorandum Number (Twelve Digit)
and enclose a copy of the certificate issued by the Authority under the MSMED Act. In the
absence of non submission of certificates, (a) these bidders will be treated as general bidders
and will not be eligible for any benefit under the MSMED act 2006 or regulation there under
and (b) in case of non submission of EMD, the tenderer will stand disqualified from the
tendering process.
20.5 The EMD Refund at various stages shall as follows:

20.5.1 Before Bid Opening:

i. In case if bidder’s money has been debited more than once, except one successful
EMD transaction, all others subsequent EMDs shall be initiated for refund by the bank
on next working day.

ii. Any other failed transactions shall be initiated for refund by bank on next working
day.

20.5.2 Bid Opening Stage: On completion of bid opening stage and uploading Bid Opening Summary
document, refund of EMD of following bidders shall be initiated.

i. Bidder(s) who have paid online EMD but not submitted their offer / frozen the bid.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 49
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ii. Bidder(s) who have paid online EMD and frozen the bid but later withdrawn the bid
from system.

20.5.3 Techno-commercial Evaluation: On completion of Techno-Commercial evaluation stage and


uploading Evaluation Summary document, refund of EMD of following bidders shall be
initiated:

i. Bidders rejected at this stage in the system

20.5.4 Financial Evaluation: On completion of Financial evaluation stage and uploading Evaluation
Summary document, refund of EMD of following bidders shall be initiated:

i. Bidders rejected/unsuccessful at this stage in the system

20.5.5 Award of Contract (AOC): On completion of AOC stage and uploading AOC document, refund
of EMD of following bidders shall be initiated:

i. All the remaining bidders who have not been selected for AOC.

20.6 The EMD of the Bidders shall be forfeited and bidders shall be barred for a period of one year
from taking part in any tender floated by IOCL in future, in the event of:

20.6.1 Canvassing of information or submission of forged/false documents/information by Bidders.

20.6.2 Withdrawal of offers during the validity period of the offer.

20.6.3 Non-acceptance of LOI / order, if and when placed.

20.6.4 Any unilateral revision in the offer made by the bidder during the validity of the offer.

20.6.5 Nonpayment of Security Deposit for performance.

21.0 COMPLETION PERIOD:

21.1 The Contractual Completion period is location specific. During the tendering process, after
thorough survey of the site and being appraised of the site conditions fully, the bidder will
seek & discuss various front availability outlook with IOCL during Pre bid.
21.2 The typical time of completion is 6 (SIX) months (Time lines for this tender: Phase 1: 3
months for Supply of ROVs & 2 more months for supply and installation of other hardware.
Phase 2: 2 months for erection & power on for Tank Farm Automation system & the date of
commencement of 2nd phase activity will be the date of handing over of site with ROVs &
related hardware installed.)from the thirtieth (30th ) day from date of SAP PO or 21 days from
the date of e-mailing the PO or 15 days from the date of dispatch of the PO by
Courier/Registered post whichever is later. The PO will be e-mailed to the successful bidder
along with registered post/ Courier as soon as it is ready. If it is not accepted with desired
formalities by the successful bidder within this stipulated period as mentioned above, it will
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 50
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

be deemed disqualified/rejected. In case of any delay in project completion for reasons not
attributable to the vendor, time extension would necessarily be provided before Contractual
Completion Date (CCD) and can be granted second time or subsequently depending upon the
specific site condition. This is in partial modification of GCC clause 4.5.1.1.

1) Tendering Process- It is proposed to float two tenders,


a) This tender is scope of work for supply of all automation hardware and software
including supply of ROV. The scope also includes installation of all automation
hardware and software excluding installation of ROV. Automation vendor shall
supply ROV and take up commissioning activity for all supplied ROV.
b) Second tender shall be exclusively for installation of ROV to be supplied by new
Automation vendor along with supply of pipes and pipe fitting for installation of
ROV, Supply , laying / erection of Pneumatic line from Air compressor to
individual ROV. Erection contractor shall provide necessary support during
commissioning by Automation vendor.
c) Time lines for this tender: Phase 1: 3 months for Supply of ROVs & 2 more months
for supply and installation of other hardware. Phase 2: 2 months for erection &
power on for Tank Farm Automation system & the date of commencement of 2 nd
phase activity will be the date of handing over of site with ROVs & related
hardware installed.

Time lines for 1st tender: Phase 1: 3 months for Supply of ROVs & 2 more months for
supply and installation of other hardware. Phase 2: 2 months for erection & power on for
Tank Farm Automation system & the date of commencement of 2nd phase activity will be
the date of handing over of site with ROVs & related hardware installed.

d) Time lines for 2nd Tender: 3 months from the date of handing over of site along
with free issue of new ROVs.

3 MONTHS for supply of ROV and 2 MONTHS for


21.3 The date of acceptance of SAT report (submitted by the vendor in the format forming part of
the tender document) without any contrary observations (within the contractual scope of the
work of the vendor) by IOCL within 30 days of its submission shall be considered as the date of
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 51
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

completion of the job. The date of acceptance of SAT report in this case shall be treated as
date of submission of SAT report plus 30 days.

21.4 In case, there are finding/observation contrary to the SAT document by functional dept
brought to the notice of vendor within 30 days of submission of SAT checklist in prescribed
format, the date of completion will be determined based on the tabulation given below:

Scenario Nature of Observation Rectification action taken Date of completion


Recorded
1 No shortcoming/fault/contrary NA Date of Acceptance of SAT
observation within 30 days of report i.e. date of
SAT Report submission submission of SAT report plus
30 days
2 Some failure of Core activity* TA System integrator Date of Acceptance of SAT
witnessed within 30 days of rectified it within 24 hrs report i.e. date of
SAT Report submission submission of SAT report plus
30 days
3 Some failure of Core activity* TA System integrator Date of problem resolution
witnessed within 30 days of rectified it beyond 24 hrs plus 30 days of hassle free
SAT Report submission operation wrt such core
activities
4 Some Non Core/ Equipment TA System integrator Date of Acceptance of SAT
failure recorded within 30 days rectified it within 48 hrs report i.e. date of
of SAT Report submission submission of SAT report plus
30 days
5 Some Non Core/ Equipment TA System integrator Date of Acceptance of SAT
failure recorded within 30 days rectified it beyond 48 hrs report i.e. date of
of SAT Report acceptance submission of SAT report plus
30 days Or Date of
Rectification of the problem,
whichever is later
6 Some failure of Core activity* In either of the above Shall be the later date out of
witnessed as well as some combinations scenario no 2,3,4 or 5 given
noncore /equipment failure above, depending on the
recorded within 30 days of SAT problem resolution date of
Report submission the respective Core activities
as well as non core activities.

*Core Activity here denotes loss of entire automated operation of TT loading/TW


loading/Tank receipt/Tank despatch/Pipeline Receipt/Pipeline despatch.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 52
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

21.5 In the event, there being a hindrance in conducting the SAT or dispute regarding the SAT
Report and observations of the Location In Charge, the vendor shall refer the matter in writing
to the concerned Engineering in charge for resolution. The decision of such authority shall be
final.
21.6 In partial modification of GCC Clause No. 5.5.0.0, the completion Certificate shall be issued by
Engineer-in-Charge on written request by the CONTRACTOR on successful completion of the
works and after completion of documentation as listed in clause 5.5.2.0 of GCC and including
release of final bills within 15 days from the date of receipt of written request for completion
certificate by the CONTRACTOR.
21.7 These special terms and conditions shall be read in conjunction with the technical
specifications, drawings, instructions to tenderers and particular conditions of contract and
any other document forming a part of the tender, wherever the tender so requires. This
supersedes clause 1.7.0.0, 2.1.1.2 and 4.0.3.0 of GCC.

21.8 However, depending on the scope of work in the project and the various front readiness and
dependence issues envisaged, the completion period of the project to be decided , which
may/may not be different than the typical completion period.

22.0 VALIDITY OF TENDER: The tender will be valid for a period of 120 days (One Hundred and
Twenty days) as per clause 4 of Instructions to Tenderers of GCC from the date of opening the
tender which will be taken as the date of opening of techno-commercial bid in case of two bid
system of tenders.

23.0 The vendor is required to prepare detailed activity wise PERT/CPM chart with pre-requisite for
every activity wrt IOCL deliverables/fronts for entire job of Design, engineering, material
procurement, installation/erection, execution, commissioning of system, trial, SAT within the
stipulated time period. The same shall be discussed and finalized by IOCL Site Engineer/
Engineer-in-charge during Kick Off Meeting before commencement of work. IOCL will furnish
site project schedule and shutdown schedule to enable the vendor during KOM for preparing
the PERT / CPM chart.

24.0 If the vendor fails on the performance of the contract within stipulated time period for
reasons attributable to the vendor, the Corporation shall be entitled to recover and the
vendor agrees to pay to the Corporation as and by way of price adjustment for delay in
completion.

25.0 SECURITY DEPOSIT:


25.1 As per the clause 2.1.1.0, Section- 2 of the GCC, the successful tenderer shall pay security
deposit on placement of work order equivalent to 10% of the Work Order value (for Capital
works) in any of the following modes:

25.1.1 Demand Draft / Pay Order:

Initial security deposit: The successful tenderer shall deposit initial security deposit equal to
2.5% (Two and a half percent) of the total work order value, within thirtieth (30th) day from
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 53
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

date of SAP PO or 21 days from the date of e-mailing the PO or 15 days from the date of
dispatch of the PO by Courier/Registered post whichever is later, in any of the following
modes.

i. Demand draft/ Pay order drawn on a nationalized/ scheduled bank drawn in favour of Indian
Oil Corporation Limited payable at Hyderabad.

ii. If the EMD payment has been made online, while creating SAP PO, PO creator shall enter
online EMD details of the bidder in PO. With this the EMD shall be transferred to the
respective bidder against that PO in respective company code. Further action as required
for converting it to SD/ISD (or for refund where applicable), shall be initiated manually as per
existing divisional practices. Balance ISD, if any may be paid in the manner stipulated in (i)
above.

Balance security deposit will be recovered at the rate of 10% of gross certified value of work
from incoming running bills till such time entire security deposit is recovered. Applicable rate
of recovery shall be as

25.1.2 BANK GUARANTEE (Only if the quantum of security deposit is in excess of 1,00,000/-):

Entire amount of security deposit [worked out on the basis of Work Order value (for Capital
works)]should be covered by BG as per the format issued by the Corporation and should be
submitted prior to commencement of work. The BG will be valid for a period of 3 months
beyond the Comprehensive AMC for first year. This BG shall be submitted directly by the
bankers under their covering letter to the office of the Corporation in a sealed cover.

i. The above referred Bank guarantee shall be returned on completion of comprehensive AMC
of first year and on receipt of revised BG equivalent to 10% Comprehensive AMC value of
the total 2 years period (i.e. 2nd year to 3rdyear) during 1st year of CAMC. At the end of every
year of CAMC, the BG in lieu of the respective year’s CAMC will be returned on receipt of
revised BG equivalent to 10% of the remaining years’ cumulative Comprehensive AMC value.
In case of delay on the part of the vendor in submission of the BG during the CAMC period,
IOCL may encash the earlier BG.

ii. In case, SD is in the form of DD or deductions of bills, the SD amount will be refunded on
completion of comprehensive AMC of first year and on submission of DD/BG equivalent to
10% Comprehensive AMC value of the total 2 years period (i.e. 2nd year to 3rd year) during
1st year of CAMC. At the end of every year of CAMC, the BG in lieu of the respective year’s
CAMC will be returned on receipt of revised BG equivalent to 10% of the remaining years
cumulative Comprehensive AMC value. In case of delay on the part of the vendor in
submission of the BG during the CAMC period, IOCL may encash the earlier BG.

iii. The BG value upto Rs 2 (Two) Crore will be accepted if it is issued by an Indian Branch of any
Scheduled Bank appearing in the Second schedule to the RBI Act, 1934.

iv. BG for value above Rs 2 (Two) Crore will be accepted if it is issued by an Indian Branch of:
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 54
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Any Nationalised/ PSU Bank appearing in the Second schedule to the RBI Act, 1934

 Any Scheduled Bank (Other than a nationalized/ PSU bank) having a Credit rating of at
least “A” of Moody’s or equivalent, in case of foreign banks and credit rating at least
“AA” of CRISIL or equivalent (SEBI approved rating agencies), in case of Indian Banks,
at the time of acceptance of BG.
25.2 The tenderer should clearly indicate in his offer one of the modes of payment towards the
security Deposit.
25.3 Security Deposit shall not carry any interest.

26.0 RATES
26.1 Parties should visit the site to assess the working area and also to assess the local conditions
prior to quoting to ensure smooth working during the period of construction.
26.2 Work Order rates: Order will be placed as under-

26.2.1 Project Work Order


Project work order shall be placed on the successful L1 bidder (Technically qualified bidder
quoting lowest acceptable rate, with or without negotiations) based on Overall Bid amount for
all Supply and Installation & Commissioning Services at finalized rate.
For the purpose of placement of work order, item wise base rate shall be derived based on
tendered estimated rate and the applicable GST rate as indicated by the L1 bidder.
Work order for all Supply and Installation & Commissioning Services items shall be placed at
their base rate so derived after applying net offered premium/discount and applicable GST
rate as indicated by L1 bidder in the Price Bid.

26.2.2 CAMC Order


CAMC work order shall be placed after the completion of the Project Works at finalized rate.
For the purpose of placement of work order, year wise base rate shall be derived based on
Project executed amount as detailed in special terms and conditions of the contract.
Work order for CAMC items year-wise shall be placed at their base rate so derived after
applying net offered premium/discount and applicable GST rate as indicated by L1 bidder in
the Price Bid.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 55
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

26.3 Special clauses of Taxation:


Clause
No. Description

DEFINITIONS
1 Contractual period / Work Completion Period /Contractual Delivery Date / Contractual
Completion Period shall mean the Scheduled Delivery / Completion Period as mentioned in
the LOA (Letter of Acceptance) or Purchase Order or Work Order and shall also include
approved extensions, if any.
GENERAL
1 Where any portion of the GCC/any other section of tender, is repugnant to or at variance
with any provision of the Standard Taxation Condition (STC), then the provision of the STC
shall be deemed to override the provisions of the GCC and shall, to the extent of such
repugnance or variations, prevail.
2 For the purpose of this STC, the term “tax” in addition to tax imposed under CGST (Central
Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/ GST
Compensation Cess Acts, also includes any duties, cess or statutory levies levied by central
or state authorities.
3 Rate variation in Taxes and any new promulgated taxes after last date of the submission of
price bid only on the final product and/or services (applicable to invoices raised on IOCL)
within the contractual delivery date /period (including extension approved if any) shall be
on IOCL’s Account against submission of documentary evidence.

Further , in case of delay in delivery of goods and/or services, any upward rate variation in
Taxes and any new promulgated taxes imposed after the contractual delivery date shall be
to the Seller’s / Contractor’s Account.

Similarly in case of any reduction in the rate(s) of the Taxes between last date of
submission of price bid relevant to the Contract and the date of execution of activities
under the contract, the Contractor shall pass on the benefit of such reduction to IOCL with
the view that IOCL shall pay reduced duty/Tax to Govt.
5 It would be the responsibility of the contractor to get the registration with the respective
Tax authorities. Any taxes being charged by the Contractors would be claimed by issuing
proper TAX Invoice indicating details /elements of all taxes charged and necessary
requirements as prescribed under the respective tax laws and also to mention his correct
and valid registration number(s) along with IOCL’s registration number as applicable for
particular supply on all invoices raised on IOCL.
Contractor to provide the GSTIN number from where the supply is proposed to be under
taken. Further the HSN Code / Service Accounting Code (SAC) as applicable for the subject
tender needs to be provided in the columns provided in the technical / Price bid.

In case the contractor is opting for Composition scheme under the GST laws (i.e Section 10
of the CGST Act, 2017 and similar provisions under the respective State / UT law), the
contractor should confirm the same. Further the contractor to confirm the issuance of Bill
of Supply while submission of tender documents and no GST will be charged on IOCL.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 56
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Clause
No. Description

In case the contractor is falling under Unregistered category, the contractor should confirm
the same.
6 The contractor would be liable to reimburse or make good of any loss/claim by IOCL
towards tax credit rejected /disallowed by any tax authorities due to non deposit of taxes
or non updation of the data in GSTIN network or non filling of returns or non compliance of
tax laws by the Contractor by issuance of suitable credit note to IOCL. In case, contractor
does not issues credit note to IOCL, IOCL would be constrained to recover the amount
including interest payable alongwith Statutory levy/Tax, if any, payable on such recovery.
7 Tax element on any Debit Note / Supplementary invoice, raised by the contractor will be
reimbursed by IOCL as long as the same is within the permissible time limit as per the
respective taxation laws and also permissible under the Contract terms and conditions.
Contractors to ensure that such debit Notes are uploaded while filing the Statutory returns
as may be prescribed from time to time.
8 The contractor will be under obligation for quoting/charging correct rate of tax as
prescribed under the respective Tax Laws. Further the Contractor shall avail and pass on
benefits of all exemptions/concessions/benefits/waiver or any other benefits of similar
nature or kind available under the Tax Laws. In no case, differential Tax Claims due to
wrong classification of goods and/or services or understanding of law or rules or
regulations or any other reasons of similar nature shall be entertained by IOCL.
9 In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e.
payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice versa,
the contractor is liable to make good the loss suffered by IOCL by issuance of suitable credit
note to IOCL. In case, contractor does not issue credit note to IOCL, IOCL would be
constrained to recover the amount including interest payable alongwith Statutory levy, if
any, payable on such recovery.
10 In case the contractor is opting for Composition scheme under the GST laws, in such event
the evaluation of his bid will be based on the Quoted Price.
In case the contractor is falling under Unregistered category, then GST liability, if any, on
IOCL will be included for the purpose of evaluation.
11 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the
delivered price to arrive at the net landed cost.
12 IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed under
section 31 of the CGST Act and respective states and Rules.
13 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC with
respect to GST reimbursed by IOCL on materials sold to IOCL.
14 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment
will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last
date of submission of Price Bid provided delivery is within the Contractual period.
16 ROAD PERMIT /WAY BILL
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 57
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Clause
No. Description

16.1 IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor only
in those cases where materials is purchased by IOCL directly and/or IOC is statutorily
required to issue the Road permit/Way Bill, by whatever name it is called. Contractor will
be under obligation for proper utilization of road permits for the specific supply and in case
of seizure of goods/vehicle; the Contractor will be wholly responsible for release and
reimburse the litigation cost to IOCL.
16.2 IOCL shall on no account be responsible for delay or hold up due to the timely non
availability of such documents as are required to be furnished by the owner to obtain the
Road Permit/Way bill, by whatever name it is called. However, IOCL shall make best efforts
to provide sufficient number of Road Permits/way bill, by whatever name it is called on
demand to avoid any delay or Hold up.
17 Works Contract / Composite Supply / Mixed Supply
17.1 Works contracts as defined under the GST law includes Contracts for Building, Construction,
Fabrication, Completion, Erection, Installation, Fitting out, Improvement, Modification,
Repair, Maintenance, Renovation, Alteration or Commissioning of any immovable property
wherein transfer of goods is involved in the execution of such contracts.

Composite Supply has been defined as supply in which two or more supply of goods or
service or both or any combination are naturally bundled and supplied in conjunction with
each other in the ordinary course of Business, and then the rate as applicable for principal
supply will be applicable on the entire transaction.

Mixed supply has been defined as supplies of goods or service or both which are made in
conjunction with each other for a single price and which does not constitute a composite
supply then the rate as applicable for the highest rate will be applicable.

In view of the above various definitions under GST law, bidders are required to evaluate the
jobs to be undertaken covered under the tender and quote accordingly by taking in to
account the nature of Job read with the legal provision.

The place of supply in relation to an immovable property shall be the location at which the
immovable property is located or intended to be located.
17.3 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the
delivered price to arrive at the net landed cost. IOCL shall reimburse GST levied as per TAX
invoice issued by the Contractor as prescribed under respective GST Acts and Rules. In case
the contractor is not permitted to issue Tax Invoice the same should be clearly mentioned
in the price Bid.
17.4 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC with
respect to VAT reimbursed by IOCL on materials sold to IOCL
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 58
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Clause
No. Description

17.5 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment
will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last
date of submission of Price Bid provided delivery is within the Contractual period.

26.4 The Bidders must note that the rates and amount indicated in the schedule of works shall be
applicable for all leads and lifts and reach involved. The Corporation also reserves the right to
operate or not operate or partly operate any item mentioned in the schedule. The rates
quoted for all items below the ground level shall be inclusive of adequate shoring, shuttering,
bailing out sub soil water (if found necessary) etc complete. The successful tenderer shall be
responsible for implementation of all precautionary measures for ensuring safety for all
materials and labor till such time the work is completed in all respects and handed over to the
Corporation.
26.5 Rate shall include cost towards Liasoning with concerned local authorities required for the job.
26.6 Rate shall also exclude cost towards exhaustive training to IOCL personnel as per Scope of
Work. Separate line item in the SOR will be there for that.
26.7 No Negotiation will be conducted with the bidders as a matter of routine. However,
Corporation reserves the right to conduct negotiations.

27.0 The Corporation reserves the right to accept any tender in whole or in part and reject any or
all tenders without assigning any reasons. The Corporation reserves the right to accept more
tenders in part. Decision of the Corporation in this regard will be final.

28.0 No price escalation shall be given. No extra payments other than the rate quoted shall be
entertained. No extra payments shall be made for working on extended hours, Saturdays,
Sundays and Holidays to meet the committed time schedule. Forms C will not be issued by
IOCL.

29.0 Once the tender is accepted and the contract is placed on the successful tenderer, the rates
for the different components in Schedule of Rates shall remain valid till the respective
components in Schedule of rates and the Job is 100% completed and SAT is accepted. No
escalation whatsoever will be entertained on any ground.

30.0 Progress report wrt activity plan finalized in the contract/ kick off meeting must be submitted
to IOCL by the vendor every month. IOCL will provide realistic dates for pending front
availability and shutdown planning to enable the vendor to update/ modify the PERT/CPM
accordingly.

31.0 Court of Jurisdiction: Court of Jurisdiction in case of any dispute shall be Hyderabad
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 59
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

32.0 Project Management Team


32.1 The successful bidder shall be required to position an effective project management team
including designated Project Manager, QC/QA engineer and dedicated HSE engineer of
appropriate qualifications. Positioning of safety officer and QC officer is a pre-requisite during
project execution at site.
32.2 Vendor will submit the deliverables requirement to IOCL well in advance. IOCL will in turn
ensure assigning desired responsibility matrix for facilitating the genuine requirements and
execution of the project.
32.3 Vendor should deploy qualified engineers having experience in similar type of jobs to
execute/supervise the critical jobs like system integration, PLC integration, DCS integration etc
other than the regular project jobs.
32.4 RESIDENT ENGINEER (s)

32.4.1 As part of comprehensive maintenance management during post-commissioning period,


successful Bidder is required to post Resident Engineerin one shift as per the site
requirement during 3 years comprehensive AMC period. The no. of Resident engineers
required at site is in the discretion of successful bidder to ensure desired level of flawless/
uninterrupted service level. Until or unless the no. of shifts are specifically mentioned in the
Tender condition, the bidder should consider single/ general shift with additional working
hours in the scope of work. Moreover, the bidders may get clarified the required no. of shifts
during Pre bid meeting and quote as per declared shifts for the location at the time of
tender submission. No extra payment will be made on account of RE for location operation
in extended hours, as and when required.

32.4.2 Resident Engineer/s at the site shall be responsible for maintenance activities required to
maintain the system in healthy condition with the assistance of back-office support.

32.4.3 Vendor is required to arrange to position qualified & trained / experienced Resident
Engineers at IOCL terminal / depot to facilitate day to day operations and maintenance of
the Terminal automation system as supplied by the vendor in an uninterrupted and smooth
manner.

33.0 PAYMENT TERMS - PROCEDURE FOR RELEASE OF PAYMENT:

33.1 The payment terms should be read in conjunction with Section 6 of GCC. Payment shall be
released from concerned State Office after advice from site as per the following schedule:

A. PAYMENT TERMS FOR SUPPLY ITEMS – PART (A) of SOR:

a) 80% on pro-rata basis against receipt of supply items/materials at site in good


condition, along with submission of necessary test/ inspection/ TPIA release note/
statutory certificates along with invoice.

b) 10% against successful completion of the erection. In case erection is delayed


beyond 90 days from receipt of materials at site, for reasons not attributable to the
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 60
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

vendor, payment of this 10% of order value can be released on submission of Bank
Guarantee for equivalent amount which shall be valid for 06 months initially and to
be kept valid till four weeks from the date of erection.

c) Balance 10% payment shall be released along with final bill after acceptance of SAT.
Date of acceptance of SAT shall be considered as follows:

i. After completion of SAT, Engineer In-Charge or his authorised representative


shall check the system operation and efficacy of SAT document within a period
of 30 days from date of completion of SAT.

ii. In case nothing contrary to the SAT document (within the contractual scope of
the work of the vendor) is submitted by Engineer In-Charge within max 30 days
from completion of SAT, then this date of 30 days post SAT completion date
shall be considered as date of acceptance of SAT.

iii. In case, contrary comments are received by Engineer In-Charge within the
above-stipulated 30 days from completion of SAT, the same to be resolved by
the vendor and the payment shall be released on resolution of such comment
which are received til the above-mentioned 30 days from date of completion of
SAT.

In case SAT/ SAT acceptance is delayed beyond 90 days from erection of materials
for reasons not attributable to the vendor, payment of this 10% of order value can
be released on submission of Bank Guarantee for equivalent amount which shall be
valid for 06 months initially and to be kept valid till four weeks from the date of SAT
acceptance.

B. PAYMENT TERMS FOR INSTALLATION/ TESTING/ COMMISSIONING ITEMS - PART-B of


SOR.

a) 90% payment shall be released for the actual work completed on pro-rata basis.

b) Balance 10% payment shall be released with final bill after commissioning &
completion of job.

C. PAYMENT TERMS FOR CAMC - PART- C of SOR

Work Order for CAMC shall be released on yearly basis by the site immediately after SAT
acceptance. Payment against CAMC shall be made on monthly basis within 15 days of
submission of valid Tax Invoice duly complete in all respect along with necessary
attendance sheets/ certificates/ formats as proof of having carrying out the works
satisfactorily.
33.2 The contractor is required to take necessary care to protect the existing nearby structure
while carrying out his scope of work. Any damage caused to other property shall be rectified
at his own cost.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 61
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

33.3 COMPREHENSIVE AMC


33.3.1 The tender also envisages Full Time Comprehensive Annual Maintenance Contract (CAMC)
with IOCLfor Instrumentation & Automation works for a period of 3 (Three) years after 2
years warranty from SAT acceptance.

33.3.2 Cost of all spares, equipment, instruments & services (Preventive & Breakdown) including
ResidentEngineer/s support to take care of maintenance for the items forming part of PART-
A & PART B ofSOR, has to be borne by the Vendor during the CAMC period.

33.3.3 Any skilled/ semi-skilled/ unskilled manpower required for the routine maintenance works
shall be in the scope of vendor. The tender envisage deployment of one certified engineer
per day (with each engineer working in 8 hours shift) during the entire CAMC period.
However for any troubleshooting & emergency requirements, any additional manpower or
manhours required shall be provided by vendor without any extra cost. Also as per the
requirement, plant may be operational on holidays/ weekly off days. Any preventive/
corrective maintenance shall be planned by the vendor taking into consideration the plant’s
operational needs and if need be, such maintenance activities to be carried out in off-duty
hours in consultation with Plant In-Charge.

33.3.4 The following are excluded from the scope of AMC:

i. Items originally not under scope of vendor supply & erection


ii. Replacement of batteries for UPS & other equipment
iii. Commodity items like Cables, Trays, TBs, Junction Boxes, Canopies, Glands, MCTs etc
iv. Furniture Items
v. Remote Operated Valve, Flow control Valve
vi. Any item physically damaged at no fault of vendor

33.3.5 The scope of AMC shall include regular inspection of equipments, preventive & corrective
maintenance, preparation & submission of scheduled maintenance reports and
documentation (as per various statutory/ OISD/ IOCL requirements/ guidelines), providing
support during plant inspection by external authorities etc.

33.3.6 It may be noted that complete ownership of health of the system shall lie with the vendor.
Vendor will take complete responsibility for any defect observed in any system/ sub-system/
skid/ equipment/ instrument supplied by or taken over by them during the entire CAMC
period.

33.3.7 Cost of all spares (other than any items distinctly mentioned as consumables and under
scope of equipments, instruments & services (preventive & breakdown) to take care of the
entire system has to be borne by the Vendor during entire CAMC period.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 62
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

33.3.8 During CAMC, the vendor to carry out any software modification, upgradation, replacement/
hardware upgradation, replacement required to ensure (a) desired system performance
level, response time as it was during SAT, (b) mitigation from any hardware incompatibility,
(c) mitigation from any software obsolescence, (d) compliance to any compulsory
requirement of migration to new software platform or (e) integration with any SAP protocol
amendment/ addition on IOCL's part (within the scope of ERP system in vogue) wrt
communication with TAS.

33.3.9 During the CAMC, Vendor will hold at least the inventory of minimum spares at the site
required for maintaining the system in uninterrupted operating condition. Preventive
maintenance schedule (including servicing as well as component/parts/complete
replacement schedule) for all equipments to meet the service level requirements shall be
developed by the vendor in line with respective OEM recommendation and vendor’s own
domain expertise/experience and the same shall be submitted to the location in the
beginning of every year of CAMC.

33.3.10 Vendor must enter into back to back agreement with OEMs to cover entire 3 years of CAMC
after 2 year warranty period to get required service support for preventive and breakdown
maintenance, so that (a) all the preventive maintenance schedule is maintained as per
OEM's recommendation or in better manner befitting the uptime requirement, (b) only
original spares of the OEM are used for all kinds of maintenance and (c) only OEM own
engineers / OEM trained and certified engineers do the preventive / breakdown
maintenance for the TAS equipments (which can be done in the field).

33.3.11 IOCL shall provide free water, power, working space & storage space required for the job.

33.3.12 Vendor’s manpower shall follow all safety rules and regulations, work permit conditions and
any other instructions issued by the Plant In-Charge or his authorized representative from
time to time. Vendor shall provide necessary PPE like helmet and safety shoes to their
manpower at no extra cost to IOCL.

33.3.13 The contactor and workmen working in the plant shall obtain the permanent entry passes.
All formalities regarding C&A verification of the contractor and workmen to be complied
before the commencement of the work.

33.3.14 Vendor must adhere to applicable statutory laws issued by Govt of India and provisions
applicable

33.3.15 Comprehensive Annual Maintenance Contract (CAMC) Charges will be paid on completion of
each quarter (which will be ¼th of the CAMC value for that particular year) on submission of
bills by the vendor. CAMC shall be paid thru direct transfer to the bank account within 15
days of submission of the GST invoice and due adjustment of the penalty amount from the
bill, if any.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 63
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

34.0 SUPPLY,INSTALLATION AND COMMISSIONING OF EQUIPMENTS :


34.1 Supply of all equipment shall be from the original manufacturers as per Recommended
OEM/Vendor list (or from OEM’s authorised distributors/ licensee) or equivalent OEMs
(except those makes for which equipment quality and/or performance and/or service has
been below satisfactory level as per IOCL experience) meeting the criteria as given below. The
purchase order copies shall be raised in the name of original manufacturer (or from OEM’s
authorised distributor/ licensee) and entire test certificates, spares/ service support, statutory
approvals like ATEX/PESO/API/TUV/EXIDA etc (as applicable) shall be made available from the
original equipment manufacturer.
34.2 Equivalent OEM criteria :

34.2.1 Must comply tominimum technical specification and functional requirements given in the
tender. Better specifications are always acceptable.

34.2.2 Availability of all statutory certificates for the respective equipment make/model

34.2.3 Availability of PAN India service network to meet the desired level of quality , uptime and
service level requirement during project and maintenance as specified in the tender
34.3 Vendor needs to submit required substantiating documents and undertaking in this regard to
IOCL, before finalising the OEM by him for procurement of concerned bought out items. This
sharing of information with substantiating documents and undertaking will not absolve the TA
vendor from his responsibility with respect to appropriate and preferably best OEM selection,
successful Project implementation and successful AMC completion including desired
performance level and uptime of the equipment/s during commissioning, SAT as well as AMC
period.
34.4 Notwithstanding the above, following clauses shall also apply in such cases :

34.4.1 IOCL will have the liberty to select any of the items of such make / model at random basis ,
before dispatch and/oron receipt at site and/or after installation and commissioning, for
testing in reputed laboratory in India/ Country of origin as decided by IOCLto verify the
conformity wrt technical specifications and statutory approvals. In case the sample is drawn
after installation/commissioning, during the period of drawal of sample and till the time the
said equipment is put back in operation the vendor shall have to provide suitable
replacement for uninterrupted operation of TA system at no additional cost to IOCL. The
cost towards transportation of the sample to the specified laboratory, cost towards testing
and any other associated cost shall have to be borne by the vendor. If it is found that the
test result is not in conformity of the minimum technical specification mentioned in the
tender and/or statutory approvals are not in order, vendor shall be liable to replace all the
equipments of such make and model immediately at his own cost.

34.4.2 In case of poor performance of the equipment wrt repetitive hardware or software failure
and/or failure in terms of non compliance to performance parameters and/or not meeting
the desired service level requirement as specified in the tender during Project or during
CAMC, the TAS vendor has to replace all the equipments of the same make/model at his
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 64
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

own cost. This may lead to contractual action against the TA vendor including holiday listing,
as deemed fit.

34.4.3 Supply of all the cables must be IS standard / BS standard / EN standard complied as per
specification and wherever only a single standard (like IS) is followed, IS code/ISI should be
marked/embossed on outer sheath of the cables. One set of each type of cable sample must
be drawn by the vendor during pre dispatch stage and get it tested from Govt. approved
independent Laboratory/NABL accredited lab for ensuring compliance to the specifications
and the same test report should be a part of the dispatch clearance from the vendor’s side
(other than OEM’s own factory/QA test reports) subject to Cables test reports (in house as
well as 3rd party laboratory) meeting the Specification and test criteria successfully.

Another two samples of each type of the cables should be drawn from the field. One set
should be handed over to IOCL,who will have the sole discretion to get the sample tested at
any laboratory before acceptance. The 2nd set of sample to be retained by the TA vendor at
least till SAT.

34.4.4 The make of equipment shall mean the make/brand of equipment as indicated. Further, all
the materials/ equipment for works proposed shall be new and bought fresh for the works.
Necessary proof of documents shall also be submitted.

34.4.5 Vendor needs to obtain and produce (before SAT) the OEM inspected and certified
satisfactory installation and commissioning report for all critical field equipments including
ROV, process and safety PLCs, UPS, Servers. However, it is upto the vendor to involve the
other respective OEMs as well wrt installation and commissioning of other equipments,
considering the fact that notwithstanding the above the onus of desired upkeep and stability
of operation of the equipments till CAMC completion lies with the vendor.

35.0 INSURANCE
35.1 All goods supplied under the contract shall be fully insured by the vendor against loss or
damage incidental to manufacture or acquisition, transportation, storage, delivery and
erection. The vendor shall take comprehensive insurance policy in favour of IOCL before any
payment is released to the vendor by IOCL, for the value of CAPEX amount to the above effect
without any cost implication to IOCL. The insurance shall be valid till final bill for the CAPEX
works is released. IOCL won’t be responsible for any theft, damage or loss of equipment/s
during the pendency of the project. Insurance premium needs to be paid by the vendor.

36.0 To ensure best performance of the system as a whole & each individual
equipment/Instrument in terms of performance parameters like accuracy, repeatability,
reliability, sustenance of communication etc & ensure Zero down time of any individual
equipment/ instrument or the system as a whole during project, commissioning, trial run, SAT,
stabilization period & CAMC period, the onus of selecting Best quality of equipments lies with
the Vendor.
It is presumed that the selected Vendor being the domain expert in the field of Terminal
Automation is capable enough to select the best equipments & can provide best of detailed
Engineering in all respect in line with the contractual scope & specification. Hence, there is no
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 65
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

need to submit datasheets/designs for approval. However, all the documents (viz
makes/brands/models/datasheets/detail engineering/SWlogic/Systemconfiguration/
certificates/supporting documents as desired in the tender document, alongwith WO
compliance undertakingetc) in line with the Work Order need to be submitted to IOCL/TPI for
information only unless IOCL comes out with specific recommendations /requirements under
the purview of the contractual scope.

In case, bidder has any contradiction, anticipated deviation, recommendation regarding any
specification, datasheets, makes, scope, terms & conditions, drawings etc, the same must be
raised during the Pre-bid meeting. Any point beyond the clarification given thru pre-bid MoM
shall be deemed to be in the vendor’s scope in line with techno-commercial as well as price
bid of the tender document.

37.0 Location of site: Cheralapally, Telangana

38.0 Water Supply


38.1 The contractor shall arrange water/procure water required for the work at his own cost for all
leads and lifts. IOCL shall not be responsible for supplying water and Contractor shall ensure
timely and adequate supply of water to meet the schedule.

39.0 Power Supply


39.1 The contractor shall make his own arrangement for power required for the work at his cost.
DG set of suitable capacity may be installed and operated by the contractor at his cost. IOCL
shall not be responsible for power supply and contractor shall ensure proper supply of
electricity to meet the schedule.

The electrical works shall be carried out through Licensed Electrical personnel only.
39.2 In case, electrical power is given by the Corporation at its discretion then, the electrical
charges incurred on monthly basis shall be deducted from the bills payable to the contractors
as per the prevailing tariff indicated in the electricity bills. Taxes and duties on such recoveries
would be chargeable separately by IOCL. The successful contractor shall make all
arrangements to draw power from a single point in the depot as per directions at site
including all necessary electrical cables, panel boards, energy meters etc. In such an event, the
Corporation shall not be responsible for any power outages occurring during the contract
period.
However, the Bidders may note that there is no commitment on part of the Corporation to
provide electrical power at site.

40.0 Contractor’s Scope of Supply


40.1 All materials including DG Sets, switchgears, cables, lighting towers and fixtures, structural
steel, consumables, testing appliances, tools and tackles necessary for completing the work
shall be procured & supplied by the Contractor at his own cost unless otherwise specified in
the schedule. No claim/ delay on this account will be entertained by the Corporation.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 66
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

41.0 Firm price


Bidders shall ensure the various applicable tax structures are included in the quoted price. The
quoted rate shall be firm throughout the contract except rate variation in Taxes and any new
promulgated taxes after last date of the submission of price bid only on the final product
and/or services (applicable to invoices raised on IOCL) within the contractual delivery date
/period (including extension approved if any) shall be on IOCL’s Account against submission of
documentary evidence.

42.0 Labour Agreement


42.1 The Contractors who are working in the establishments through Contract Labour shall be fully
responsible for observance of all rules and regulations as per the Contract Labour (Regulation
and Abolition) Act 1971 and obtain a licence from the Assistant Labour Commissioner
concerned and produce the same to IOCL. In this connection, Bidders shall abide by all the
conditions of Appendix I and Appendix II enclosed with the GCC. The Principal Employer
certificate shall be given on written request from contractor by IOCL.
42.2 Minimum Wages:The Contractor, his executors and administrators (and in the case of a
Limited Company, its successors and assigns) shall hold the company harmless and
indemnified from and against all claims, costs and charges, for which the company shall be
liable under the Minimum Wages Act, 1948, the Contract Labour (Regulation and Abolition)
Act, 1970 and any amendments or modifications thereof, and all expenses it shall be put there
under through the acts or omissions whether willful or not on the part of the contractor. This
indemnity shall be in addition to and not in lieu of, any indemnity to which the company shall
be entitled in law.
42.3 Employees State Insurance:This contractor hereby admits that he is fully aware of his
responsibilities under the Employees State Insurance Act, 1948, as an immediate employer of
the employees engaged by him for the execution of this contract which he agrees to
discharge. The Contractor acknowledge the statutory right of the company (as a principle
Employer) to recover the amount of the contributions, paid by it in the first instance in respect
of the employees employed by or through him (the Contractor), as well as the employee’s
contribution, if any, either by deduction from any amount payable to him by the company
under any contract or as debt payable by him to the company.

43.0 PF regulations:TheBidders shall indicate his/ their PF code number in the Statement of
Credentials enclosed with the tender along with PF registration certificate failing which the
tender shall be liable to be rejected. The successful Bidders shall abide by all the requirements
and submit copies of all registers/ returns etc filed by them before the Corporation releases
final dues.
As per statutory regulations, necessary exemption certificate/gazette notification to be
provided, if the above is not applicable.

44.0 Force Majeure: The Term Force Majeure, as employed in this contract, shall mean wars
(declared or undeclared) or revolutions, civilwars, riot, terrorism, typhoon /tempest,
transporter’s strikes affecting the country as a whole, freight embargos, quarantine
restrictions, tidal waves, major floods, earthquakes, epidemics, and fire explosion /implosion,
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 67
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

storm, other natural calamities affecting the project location i.e. Project Site and strike /lock
out at contractor’s place or Project Site.

45.0 Statutory approvals: Vendor is required to obtain all the requisite approvals from statutory
bodies’ viz CMRI, Legal Metrology, CCOE (PESO),ATEX,API,EXIDA,TUV etc as applicable as per
tender scope/terms/conditions/specifications/datasheet and as applicable during award of
contract; wherever required at no extra cost to IOCL. TAS vendor need to submit PESO
certificate for all instrument, Junction boxes, electrical equipment supplied by them that are
installed in licensed area in order to enable IOC to get PESO license for their installation. This
includes necessary support to IOC to brief / explain CCOE about the automation system.

46.0 The vendor shall execute the work in compliance with the requirements of the relevant
regulation or acts in force in the area together with design specification with respect to:
i. Indian electricity rules
ii. Indian factories act
iii. Regulation laid down by Chief Electrical Inspector
iv. Regulation laid down by Factory Inspector of State
v. Indian standard specifications
vi. Various rules of safety and installation published by T.A.C., C.M.R.S., Fire Insurance etc.
vii. OISD requirements
viii. Electro Magnetic Compatibility (EMC)
ix. Chief controller of Explosives (PESO)
x. any other statutory regulation as applicable

47.0 INSPECTION

47.1 The vendor shall ensure that the manufacturer carries out adequate and all the necessary
tests for each equipment for compliance with the specifications as well as overall operational
performance/accuracy, without any additional financial implication to IOCL. Also, any tests
either on the field or at outside laboratories concerning the execution of the work shall be
carried out by the vendor at his own cost. Vendor should forward the certified copies of works
test reports for the same to the IOCL.
47.2 Vendor is required to submit its Quality Assurance Plan (Q.A.P.) to be observed during
execution of work for IOCL’s information.
47.3 IOCL has discretion toengage third party inspection agency for inspection of all items for
terminal automation system, although it's not mandatory as because the onus of supplying
the best quality equipments and maintaining the equipments in the most efficient manner
with intended zero downtime remains with the vendor only, and any kind of inspection by
IOCL or IOCL appointed agency shall not absolve vendor from its' responsibility.
47.4 For the purpose of maintenance of automation equipments used for any measurement and
coming under the purview of Legal Metrology Act 2009 or any revisions thereafter, vendor
should comply to the necessary obligation as per the law for the purpose of all kinds of repair
and maintenance work.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 68
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

48.0 DOCUMENTATION to be submitted– Indicativeonly


Sr. Description
No.
1.0 GENERAL
Vendor engineering and service personnel organization chart including set up for this
1.1
project
1.2 Training facilities at work
1.3 Descriptive catalogue / literature
Typical System architecture
 Tank Farm automation system
1.4  ROSO with actuators
 Process PLC
 Safety PLC
1.5 Functional Design Specification
1.6 Progress report
2.0 ENGINEERING DOCUMENTS
2.1 System Architecture
2.2 Detailed list of components
2.3 Individual data sheet
2.4 Power Requirement – KVA
2.5 Heat dissipation – Kcal /H
2.6 Individual G.A. Drawing, Piping drawing for installation
a) PT, TT, LT, ROV
b) Control room layout
2.7 Structural installation and isometrics for pneumatic piping, valves, etc
2.8 Drawings for structural support of, PT, TTany other Improved version of valves,
Junction boxes.
2.9 SYSTEM/ PLC CABINETS
a. Arrangement of modules, make model
b. Structure, dimension, construction, etc.
3.0 AUXILIARY CABINETS
3.1 Arrangement of modules
3.2 Structure, dimension, construction etc.
3.3 Electrical power supply distribution
Diagram, Distribution diagram for UPS power supply System
3.4 System drawing (loop diagrams, reports)
3.5 Wiring diagram
3.6 Terminal strip diagram
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 69
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. Description
No.
3.7 Interconnection diagram
3.8 Cable route, cable schedule, cable termination schedules for power, signal , LAN, FO
cable, Junction box details & cable trays
3.9 Loop diagram
a. for ROVs,
b. Field Instruments
c. Alarm Annunciator panel

3.8 Tank Farm ROV operating logics

3.9 Product pumps . Compressor operation logic


Pipeline product receipt tank line up logics
Functional Design Specification for entire Tank Farm Automation System
3.10 Earthing System
3.11 Diagnostic software details
3.12 As built drawing
4.0 SPARE PARTS
4.1 Drawings / document
4.2 Commissioning spares
4.3 Comprehensive AMC spares
5.0 CERTIFICATES
5.1 Authority approval for Ex-Proof, IS, IP-65/ Improved version of Ingress Protection
enclosure
5.2 Vendor’s guarantee /warranty
5.3 Software Licensee
5.4 W&M Certificate
5.5 CMRI/ Equivalent & PESO(CCOE) Certificate
6.0 INSPECTION AND TEST
6.1 Inspection and test report from Vendor’s quality control department
6.2 Imported shipping documents along with test certificate
6.3 Factory acceptance tests procedure for system
7.0 MANUALS (BOTH FOR VENDOR’S & SUB –VENDORS SUPPLY)
7.1 Vendor’s & Sub-vendor’s test Procedure
7.2 Installation manual
7.3 Operating manual for hardware & Software
7.4 Maintenance manual for hardware & software
7.5 Software configuration manual
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 70
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. Description
No.
8.0 ELECTRONIC DOCUMENTATION
8.1 System configuration, software in CD
9.0 QUALITY ASSURANCE PLAN
All communication protocol documents for electronic equipments supplied under the
10.0
scope of contract viz., PLCany other third party systems used etc.

NOTE :
i. The above documents are indicative and as applicable considering scope of
equipments/material delivery under the Contract. However, the above documents cover the
minimum requirements and shall be supplemented with other requirements listed in the
specifications, if any. Any other documents required to understand and maintain the system,
as felt necessary till handing over of the project, shall be supplied by the vendor.
ii. All the as built drawing to be provided.
iii. Softcopies of the above to be provided.
iv. All these documents have to be handed over to the Location in-charge under proper receipt
in soft form in an external storage device (Hard disk/ Pen drive) over and above the hard
copies.

49.0 Notwithstanding the sub divisions of the tender document into several sections and volumes,
every part of each shall be deemed to be supplementary of every other part and shall be read
with and into the contract so far as it may be practicable to do so.

50.0 Measurements for Works/Record Measurements/ Bills:


50.1 All the payment for quantities certified in the running account/ final bill shall be as per the
details recorded in the standard measurement book of the Corporation and jointly signed by
the Contractor/ site engineer of IOC.
50.2 Method of measurement shall be strictly in accordance with the technical specification for this
work.
50.3 The payment shall be as per the details entered in the standard Measurement Certificate bills
of the Corporation.

51.0 On Account Payments:On Account Bills shall be paid for the work done, measured and
certified.

52.0 Price Adjustment For Delay In Completion:


52.1 The contractual price payable shall be subject to adjustment by way of discount @ ½ % of
CAPEX cost per week of delay upto a maximum of 10% of CAPEX Cost as mentioned in the
prevailing GCC clause no. 4.4.0.0, if the works are not completed till SAT and its acceptance as
per completion schedule as described in clause no 2.0 of Special Terms and Conditions of
Contract.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 71
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

52.2 However, in partial modification of clause no 4.4.0.0. of GCC wrt the subject matter, the
“Mechanical Completion” milestone as referred in GCC clause no 4.4.2.0 , 5.5.2.0 shall be
referred as “SAT of the units followed by 30 days hassle free trial run”. Also, the above price
adjustment for delay in completion shall be deducted at applicable percentage from RA bills,
on cumulative value of works done upto the concerned Running Account (RA) bill. However, in
cases of abandonment of site/termination, price adjustment for delay shall be applied in line
with GCC clause 7.0.9.0 on the total Contract Value as specified in the Acceptance of Tender.
52.3 Such price adjustment applicable in line with the above shall be done by the vendor in the Tax
invoice itself, and then only the same has to be submitted to IOCL as per payment terms.

53.0 Special Clause :


53.1 The contractor is required to take necessary care to protect the existing nearby structure
while carrying out his scope of work. Any damage caused to other property shall be rectified
at his own cost.
53.2 Any amendment / Change in the PO shall be incorporated with proper SAP documentation
whenever additional requirement is finalised along with appropriate time schedule.
53.3 Stage wise release of work front based on prevailing site conditions to be considered and
party should be ready with men/machineries to complete the said job within the given
contract period for mobilizing machineries & manpower.

54.0 Testing Of Materials/ Works :


54.1 The work is subject to inspection at all times by the Site Engineer/ Engineer-in-Charge/
representatives nominated by IOCL. The Contractor shall carry out all instructions given during
inspection and shall ensure that the work is being carried out according to the technical
documents and the relevant codes of practice furnished to him during the performance of the
work.
54.2 Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the contractor shall carry out the rectifications at his own cost.
54.3 All results of inspection & tests will be recorded in the inspection reports, proforma, which
will be approved by the Site Engineer/ Engineer-in-Charge. These reports shall form part of
the completion documents.
54.4 Inspection & acceptance of works shall not absolve the Contractor from any of his
responsibilities under this Contract.

55.0 Co-operation with Other Contractors:

55.1 Entire package will be executed along with execution of other parallel jobs at the same area.
Therefore understanding scope of execution in various phases is an important essence of this
contract. Moreover, the job is required to be executed in close co-ordination with other
agencies so that smooth execution of various jobs at the construction area can be ensured.

56.0 Bill Of Quantities:


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 72
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

56.1 Bill of quantities is approximate and payment shall be made in line with rates given in original
work order as per actual certified measurements.
56.2 After the placement of the order the successful tenderer shall not be allowed to sublet or
assign any part of the work order without Corporation’s prior written consent.

57.0 Authorised Representative :


57.1 The successful tenderer within 10 days of receipt of acceptance of tender, name an engineer
responsible for the job at site on behalf of the contractor as per clause 4.0.3.0 and 4.0.3.1,
Performance of work, section 4, of GCC. For this purpose, the selection of the Engineer(s) /
supervisors is the sole prerogative of the selected CONTRACTOR and he need not to furnish
the bio-data of the Engineer(s) / supervisors proposed to be appointed by him for the work to
the Engineer-in-charge for owner’s approval. In this regard this term supersedes the Clauses
4.0.3.0 , 4.0.3.1 & 4.7.1.1 of GCC.However, bidder should give in writing, on his company
letterhead with company seal, to the Corporation, the name of his authorised and qualified
engineer who will supervise the work and shall remain at the site during execution of the job.

58.0 Site Cleaning:


58.1 The Contractor shall take care for cleaning the working site from time to time for easy access
to work site and also from safety point of view.
58.2 Working site should be always kept cleared to the entire satisfaction of the Engineer-in
Charge. Before handing over any work to owner, the contractor in addition to other
formalities to be observed as detailed in the document,shall clear the site to the entire
satisfaction of Engineer-in-Charge.

59.0 Miscellaneous Requirements:


59.1 It shall be contractor’s responsibility to inform/obtain approval for any revision and/or
modifications (for overall improvement) decided by the vendor with necessary justification,
with respect to the engineering/functional design philosophy given in the tender from the
Owner/Engineer-in-Charge before implementation. Also such revisions and/or modification if
accepted / approved by the Owner/Engineer-in-Charge shall be carried out at no extra cost to
the owner.
59.2 Any changes required for efficient running of system keeping the basic parameters unchanged
and which has not been indicated by the Contractor in the data / drawings furnished along
with the offer, will be carried out by the contractor at no extra cost to the owner.
59.3 All expenses towards mobilization & demobilization including bringing in equipment, clearing
the site etc. shall be deemed to be included in the prices quoted and no separate payments on
account of such expenses shall be entertained.
59.4 It shall be entirely Contractor’s responsibility to provide, operate & maintain necessary
construction equipments, scaffoldings and safety gadgets, cranes and other lifting tackles,
tools and appliances to perform the work in a workman like and efficient manner & complete
all jobs as per time schedules.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 73
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

59.5 Preparing approaches and working area for movement and operation of the cranes, levelling
the areas for assembly and erection shall also be the responsibility of the Contractor. The
Contractor shall acquaint himself with access availability, facilities such as railway siding, local
labour etc. to provide suitable allowances in his quotation. The Contractor, at his own cost,
may have to build temporary access roads to aid his own work which shall also be taken care
while quoting for the work.
59.6 The procurement and supply in sequence and at the appropriate time of all materials &
consumables shall be entirely the Contractor’s responsibility. Rates for execution of work will
be inclusive of supply of all these items.
59.7 No covered space shall be provided by IOCL for stacking /storage of Vendors materials,
Vendor has to make their own arrangement for storage.
59.8 Vendor is fully responsible for the equipment/material issued by IOCL for execution of work.
In case these are mishandled or lost, the vendor has to arrange the same entirely at his own
cost to the satisfaction of the site engineer.
59.9 Acceptance of facility/ facilities by the Corporation does not constitute final completion of the
contract. The contract shall be deemed to be executed in full and final measurement shall be
certified only when the vendor has fully discharged all his obligations in terms of all the
contract documents.
59.10 All the associated materials/equipments supplyand installation, commissioning works in
connection with schedule of works (SOW) with billable items given in the SOW , which are not
explicitly mentioned in the SOW or in the techno-commercial bid but are essential for the
successful commissioning and completion of the project and efficient operation/maintenance
of the system, are in vendor's scope. Unless vendor raises any specific query wrt any specific
item/s in this regard during Pre Bid meeting itself and get him clarified with IOCL response,
the above will be presumed to have understood by the vendor in its content and spirit.
59.11 Any material (Indigenous or outsourced) supplied by the vendor at any point of time during
contract execution or CAMC period is found deviating from makes/brands/specifications or
relevant codes/ standards during the entire contractual period till culmination of CAMC
contract, suitable commercial deductions shall be imposed on the vendor in line with
Corporation policy and other provisions of the contract not withstanding other legal rights and
remedies available with IOCL as per contract agreement.

60.0 SAFETY:
60.1 Since works have to be carried out in petroleum storage and distribution establishment, the
contractor should ensure that day to day operations, safety and security of the location are
not affected in any way on account of the works being carried out. In case of any damage to
our properties due to the negligence on the part of the contractor or their workmen, the
contractor will be held responsible and liquidated damages as assessed by the corporation
would be recovered from them.
60.2 When hot works are involved, the following safety precautions have to be strictly observed
before commencement of works.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 74
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

60.2.1 All hot works operations should be carried out under the supervision of IOCL representative
and also under the supervision of responsible representative of the contractor.

60.2.2 All hot work operations should be undertaken only after issue of hot work permits by the
location in charge on day to day basis.

60.2.3 It should be ensured that the tanks, pipes, containers where the hot work is required are
Hydrocarbon Vapour freed and properly checked to this effect with explosive meters.

60.2.4 It should be ensured that the surrounding area is free from oil, rags, oil spillage and other
sources of ignition and the area is cleaned/ sprinkled with sand or dry earth. It should also
be ensured that metallic trays filled with DCP powder are kept for collecting the welding arc/
hot metal cutting.

60.2.5 Hot work should commence only after positioning the portable fire extinguishers and sand/
dry powder in readiness at site and hydrant system made available at the nearest point.

60.2.6 Match boxes, lighters etc used for hot work should be kept in the custody of the supervisor
only.

60.2.7 If hot work has to be carried out in a place close to storage tanks or any other facility under
operation, it is necessary to provide fire screen wall to segregate the area to prevent sparks
traveling to the hazardous area.

60.2.8 All equipments / fittings / machineries / lifting tools & tackles required to be used by the
contractor during the job execution of various job vide this contract shall be conforming to
the safety norms prevailing at the location. All JBs/light fittings required to be used near
hazardous area by the contractor shall be FLP type with a valid test certificate. Use of
suitable capacity armoured cable without joint with valid megar test report, fitness
certificate for welding transformers, guard for grinding wheels etc. are also required to be
ensured.

60.2.9 It should be ensured that no workmen carry match boxes or any other source of ignition
with them while entering the premises or inside the premises. After the hot work operation
of the day, the following precaution should be taken.
i. Welding sets should be switched off and power mains disconnected. If the
connection is taken from a temporary switch board the fuse carriers should be
removed and handed over to the supervisor.
ii. Gas cylinder and the cutting sets should be properly closed and the equipment
removed to a safe place.
iii. The site of work should be examined to ensure that it is free from hot splatters and
any other source of ignition.

61.0 SAFETY PRECAUTIONS & HOT WORK : -


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 75
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

61.1 Contractor shall have to take all safety precaution for carrying out hot work in the premises
after obtaining hot work permit from location in charge at his own cost as directed by the
Engineer-In-Charge. Necessary safety equipment such as safety belts, helmets and other
equipments are to be positioned by the contractor and use as per requirement.
61.2 Safety distance as per CCOE/PESO Rules and Oil Industry Safety Directorate shall be
maintained strictly.
61.3 Any casualty or damage caused to property or person by any untoward incidents while
executing this contract will be at the contractor’s risk and cost.
61.4 The successful tenderer shall be responsible for observance of all conditions as per Appendix
III furnished along with GCC with regard to safety.
61.5 During excavation of earth, party should be equipped with FLP pump/motor to bail out water
as per direction of site in charge.

62.0 SECRECY AGREEMENT:


62.1 CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the drawings /
documents with IOC. CONTRACTOR, hereby, expressly undertake to keep all the
drawings/documents as well as other Technical information given in the
CONTRACTDOCUMENT secret and shall not divulge or leak or otherwise cause to be known to
the competitors or others having any interest in such process in anyway the contents in any
form, shape or method. This confidentiality obligation of vendor will be for the entire tenure
of CAMC.
IOCL on the other hand will have similar confidentiality obligation for the patented items of
the TA vendors unless it is necessary to share with third party for the smooth running /
operation / integration of the TA Automation system in the concerned location.
62.2 Following clauses forming part of the GCC issued along with the tender are deleted :

i. Clause 2.6.1.0 and 2.6.2.0 – General, section 2 of GCC.


ii. Clause no. 3.0 – Instruction to tenderers of GCC.
iii. Clause 4.5.1.1 – In partial modification of the clause, LOA and SAP PO shall be
synonymous.

63.0 PENALTY CLAUSE :


63.1 The penalty for breach of safety during execution of works shall be levied by the Corporation
as below:

63.1.1 Violation of applicable safety, health and environment related norm, a penalty of
Rs 5000/- per occasion plus GST at prevailing rate.

63.1.2 Violation as above resulting in


i. Any physical injury, a penalty of 0.5% of the contract value (max. of Rs 2 lacs) plus
GST at prevailing rate per injury in addition to Rs5000/- plus GST at prevailing rate as
mentioned above.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 76
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ii. Fatal accident, a penalty of 1% of the contract value (max. of Rs 10 lacs) plus GST at
prevailing rate per fatality in addition to Rs 5000/- plus GST at prevailing rate as
mentioned above.

46.2 In case sub contractors are engaged by the successful tenderer with prior permission from
IOCL on award of works, it will be mandatory on part of the main contractor to furnish a NO
DUEUNDERTAKING from the sub contractor (on their letter heads) to IOCL before final
payments are cleared by the Corporation.

64.0 SAP INTERFACE PROTOCOL:


64.1 Bidders to note that the SAP interface protocol shall be used to interface TFAS-Management
Server with SAP Server (to be positioned by IOCL). As part of the automation works, SAP
interface protocol (latest Protocol documents for SAP_LRC direct interface and SAP_LRC
interface for TFMS integration, SAP_LRC interface for MFM, TT planning protocol) shall be
furnished to the successful Terminal Automation Vendor on award of works. Vendor is
requested to submit a Demand Draft/ Pay order of Rs 30,000/- as charges towards the SAP-
TAS protocol documents to be issued by the Corporation.
64.2 On award of works, the successful automation vendor shall report to IIPM, Gurgaon for
obtaining a brief on the interface programming and for collecting sample programs.

65.0 Vendor is advised to submit construction execution plan for completion of the works as per
completion time indicated in the tender during kick off meeting. Site organization chart for
works proposed shall also be submitted.

66.0 At all places in the GCC enclosed with the tender document, OWNER shall mean
Indian Oil Corporation Ltd,
Telangana & Andhra Pradesh State Office
“Naspur House”, Himayatnagar,
Hyderabad-500029

67.0 The successful bidder (L1) shall be required to present their original documents (pertaining to
PQC) to the tender inviting authority through their authorized representative within a period
of 7 days from the date of opening of price bids or date of intimation as specified in Tender.
Only documents against pre-qualification criteria shall be verified with originals.
In case any original document is preserved outside India and the bidder is unable to produce
the originals for verification, certification of such documents from concerned embassy/
Consulateshould be submitted within a period of 7 days from the date of opening of price bids
or date of intimation as specified in Tender.

68.0 In the event of failure of the bidder to get the documents verified as per the specified time
schedule, the EMD of the party shall be forfeited.

69.0 In case it is observed that the L1 party has submitted forged documents, besides cancellation
of Tender, necessary action for Holiday listing of the party in line with guidelines shall be
carried out including forfeiture of EMD.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 77
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

70.0 Integrity Pact

Submission of duly signed Integrity Pact agreement, along with Tender is a mandatory
prerequisite for Bids to be eligible for further evaluation. The Integrity Pact Agreement
consists of (1) Covering letter from the bidder to IOCL and (2) Integrity Agreement consisting
of 10 (Ten) articles. Bidders should mandatorily sign and submit the complete Integrity Pact
Agreement consisting of both the Covering letter as well as the Integrity Agreement consisting
of 10 articles in order to be eligible for further evaluation in this tender. The signed IP should
be complete in all respect and is required to be uploaded in the e-tender portal along with the
Bid. Bid not having the duly signed IP agreement attached with it will be given one
opportunity before summarily rejected. Partial submission of IP document will also not be
considered

71.0 In case the contractor fails to adhere to the time limit specified above or if the rate of
progress is considered not satisfactory, the Corporation will be at liberty to terminate the
contract and get the same executed by any other agency entirely at the cost and risk of the
original contractor and in line with provisions available under the GCC.

72.0 Training:
The vendor shall undertake to train officers / staff nominated from IOCL concerned State
Office/Head Office in following areas in two phases so as to make the participants fully
familiar with the system and its operation. Organising and conducting such initial trainings
program in following two phases needs to be done by the vendor in the location.
72.1 Phase 1: Induction Training-Prior to Commencement of Pre SAT Trial Run
i. System Operation details
ii. Operational aspects of the application software and major sub systems
iii. Basic understanding of the checkpoints for TFAS wrt various performance parameters
72.2 Phase 2: During handing over of the System after successful completion of SAT:
i. Operational & maintenance of individual equipment & overall system
ii. Dos and Don’ts
iii. Trouble Shooting
iv. General design & system Engineering.
v. Operating system software, application software, GUI
vi. Computer system hardware used.
vii. Design criterion, specification, testing, functional aspects, Safety aspects & installation of
all other control room mounted & field mounted equipment.
The above training shall be conducted at the site for duration of 3 days at a time in two
different phases. The first training i.e., “Induction training” shall be held before starting the
Trial/Observation period/SAT,so that effective participation takes place during the aforesaid
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 78
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

period. The next training should take place before handing over of the system to IOCL by the
vendor. While all the participants shall be issued Training certificate by the vendor , based on
performance in quiz/written test/viva/hands on test taken by the vendor just after the second
training, 3 best performing candidates would be shortlisted and be issued certificate of
commendation/merit by the vendor and IOCL. These 3 candidates would be eligible for
advanced training at HO/vendor’ works etc.
The TT crews are to be familiarized with the operation of the TLF equipments for which IOCL
shall organize the programme and the vendor shall demonstrate the operation on a suitable
pre-fixed date at the time of commissioning of the system.

73.0 Intellectual Property


73.1 No intellectual property rights, patents, copyrights of any nature shall be transferred from one
party to the other in the course of performing any obligations or otherwise under this
Agreement. The Contractor may use certain tools, processes or methodologies of its own, in
performing the services. Ownership of all intellectual property rights and any other rights in
these and any materials/deliverables created shall vest with the Contractor, and no rights
shall be deemed to have accrued to the Customer.
73.2 Similarly, IOCL may allow the Contractor to use some of its own tools, processes,
methodologies, documents, designs or protocols of its own, in enabling the Contractor
performing the services. Ownership of all intellectual property rights, patents, copyrights and
any other rights in these and any materials/deliverables created shall vest with IOCL, and no
rights shall be deemed to have accrued to the Contractor.

74.0 Indemnity against Intellectual Property Infringement


Contractor will indemnify the Corporation (IOCL) fully and effectively indemnified against each
and every claim made against Corporation (IOCL) as a result of the Contractor’s knowing
infringement of any third party’s Intellectual Property, provided that IOCL must:
- promptly notify the Contractor of details of the claim;
- not make any admission in relation to the claim;
- allow the Contractor to have the conduct and authority of the defence or settlement of
the claim
- give the Contractor all reasonable assistance(at Contractor’s expense) in disposition of
the claim.

74.1 The Confidentiality clause shall be applicable from the commencement of Works pertaining to
a Contract till expiry of 3 years Comprehensive Annual Maintenance Contract (CAMC) period
after two year warranty period for all documentation pertaining to the Contract.
74.2 After the expiry of 3 years AMC period after two year warranty period, Contractor should
submit a Non Disclosure undertaking for not divulging the specific document details as
advised by and marked by IOCL. In case of a demand by an authorized statutory/Legal/Govt
institution to the vendor about sharing some information covered under Confidentiality clause
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 79
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

/ Non Disclosure undertaking, vendor shall seek IOCL’s permission / views regarding the same
and shall be guided accordingly.

75.0 Liability and Indemnification


75.1 Liability of CONTRACTOR
Notwithstanding anything to the contrary contained in this Contract,
(a) In addition to the CONTRACTOR’s liability and obligations and the OWNER’s remedies
provided elsewhere in this Contract, the CONTRACTOR shall be solely responsible for
any loss of or damage to the Project Facilities, Project Assets, damage to
environment, death or injury to person, and any other liabilities, damages, losses
(excluding consequential losses) and reasonable cost and expenses (including legal
costs) suffered by OWNER during the Period of Contract:
(i) Resulting from any act, omission or negligence of the CONTRACTOR or any other Person
claiming through or under it, including CONTRACTORs, and their respective employees,
agents, sub-contractors and representatives.
(ii) In connection with, arising out of, or resulting from any breach of warranty, material
misrepresentation by the CONTRACTOR or any other Person claiming through or under
it, or non-performance of any term, condition, covenant or obligation to be performed
by the CONTRACTOR under this Contract.

(b) The CONTRACTOR shall also be liable for any loss or damage which occurs as a result
of any act, event, omission, negligence or default (including but not limited to
property circumstances, quality of materials used, workmanship, structural, design or
other defects, latent or patent, non-compliance with building bye laws, other
Applicable Laws, regulatory requirements of Competent Authorities, Specifications
and Standards, Performance Standards, terms and conditions of clearances and / or
approvals or any other matter) for which the CONTRACTOR is liable or which is
attributable to the CONTRACTOR and, in turn, the Persons claiming through or under
the CONTRACTOR.
(c) The CONTRACTOR shall be fully and solely liable for all works, contracts, dealings and
activities in relation to the development, design, financing, construction, Operation &
Maintenance and implementation of the Project / Project Facilities, as the case may
be.
75.2 Indemnification by CONTRACTOR
(a) Without prejudice to and in addition to the indemnification provisions elsewhere in
this Contract, the CONTRACTOR agrees to indemnify and hold harmless OWNER and
its shareholders, managers, officers, directors, employees and advisors (each a
“OWNER Indemnified Party”) promptly upon demand at any time and from time to
time, from and against any and all losses (excluding consequential losses), claims,
damages, liabilities, costs, penalties, litigation, proceedings (including reasonable
attorneys' fees and disbursements) and expenses of any nature whatsoever
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 80
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

(collectively, “Losses”) to which OWNER Indemnified Party may become subject,


insofar as such Losses directly arise out of, in any way relate to, or result from
(i) any mis-statement or any breach of any representation or warranty made by
CONTRACTOR or
(ii) the failure by CONTRACTOR to fulfil any agreement, covenant or condition contained in
this Contract, including without limitation the breach of any terms and conditions of this
Contract by any employee or agent of the CONTRACTOR or Person claiming through or
under the CONTRACTOR or
(iii) any claim or proceeding by any Third Party against OWNER arising out of any act, deed
or omission by the CONTRACTOR and / or persons claiming through or under the
CONTRACTOR or
(iv) design, engineering, construction, procurement, Operation & Maintenance of the
Project Facilities.
For the avoidance of doubt, indemnification of losses pursuant to this Clause shall be made
in an amount or amounts sufficient to restore OWNER Indemnified Party to the financial
position it would have been in, had the losses not occurred.

(b) Without limiting the generality of Article 57.2 (a) :


(i) The CONTRACTOR shall fully indemnify, save harmless and defend OWNER Indemnified
Party from and against any and all loss (excluding consequential losses) and damages
arising out of or with respect to
(a) failure of the CONTRACTOR / and or the person claiming through or under the
CONTRACTOR to comply with Applicable Laws and Applicable Permits,
(b) payments of taxes, duties, levies, fees etc. relating to the CONTRACTOR including
contractors, suppliers and representatives, income or other taxes required to be paid
by the CONTRACTOR without reimbursement hereunder, or
(c) non-payment of amounts due as a result of materials or services
supplied/furnished/provided to the CONTRACTOR or any of its Contractors which are
payable by the CONTRACTOR or any of its contractors.
(ii) The CONTRACTOR shall fully indemnify and defend OWNER from any and all damages
which OWNER may suffer due to this Contract or become liable to pay by reason of any
demands, claims, suits or proceedings arising out of claims of infringement of any
domestic or foreign patent rights, copyrights or other intellectual property, proprietary
or confidentiality rights with respect to any materials, information, design or process
used by the CONTRACTOR in performing the obligations. If in any such suit, claim or
proceedings, a temporary restraint order or preliminary injunction is granted, the
CONTRACTOR shall make every reasonable effort, by giving a satisfactory bond or
otherwise, to secure the suspension of the injunction or restraint order. If, in any such
suit claim or proceedings, the Project, or any part, thereof or comprised therein is held
to constitute an infringement and its use is permanently enjoined, the CONTRACTOR
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 81
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

shall promptly make every reasonable effort to secure for OWNER a license, at no cost
to OWNER, authoring continued use of the infringing work. If the CONTRACTOR is
unable to secure such license within a reasonable time, at its own expense and without
impairing the specifications and standards, shall either replace the affected work, or
part, or process thereof with non-infringing work or parts or process, or modify the
same, in 30 days time.
(iii) The CONTRACTOR further indemnify, that it will defend and hold harmless OWNER from
any and all Third Party claims for loss of or physical damage to property or for death or
injury and against all losses for personal injury and for damage to or loss of any property
arising out of or in any way connected with the CONTRACTOR’s performance of this
Contract or arising out of any act or omission of the CONTRACTOR, and in turn of the
persons claiming through or under the CONTRACTOR.
(iv) The CONTRACTOR shall further keep indemnified the OWNER, its employees or
Consultant against all actions, suits, claims, demands and proceedings and any loss or
damage or cost or expense that may arise in any manner and / or be suffered by them
on account of anything done or omitted to be done by the CONTRACTOR in connection
with the performance of its obligations under the Contract and / or implementation of
the Project;
75.3 Limitation of Liability of CONTRACTOR:
The aggregate liability of the CONTRACTOR to OWNER (whether based on contract or that
including negligence and strict or absolute liability) arising out of or under this contract shall
not exceed 100% of the Contract value provided that no such limit shall apply in respect of
(i) Any loss resulting from fraud , intentional or wilful misconduct or illegal or unlawful acts or
omissions of CONTRACTOR, its affiliates or any sub-contractor or any supplier or any of its or
their respective officers, directors, employees, servants or agents, or
(iii) Any damage or loss to have occurred to a Third Party/ies and decided by a Court of Law that
the loss or damage has occurred due to any fault or erroneous test report of any plant or
machinery installed by the CONTRACTOR, or
(iv) Any Liability on the part of CONTRACTOR which becomes payable on account of any Taxes,
Duties, Levies etc. to any Govt Body or statute
AND Provided always that such limitation shall exclude any amounts recovered under any
policy/ies of insurance taken out and / or maintained by the CONTRACTOR pursuant to the
provisions of the Contract except insurance, if any, taken for the purpose of insuring liability
under this clause.
75.4 Liability of and Indemnification by OWNER

75.4.1 OWNER shall fully indemnify, defend and hold harmless CONTRACTOR, any direct or indirect
parent corporation or shareholder thereof and its and their respective officers and
employees, against any and all claims made and losses incurred by any third party or
Regulatory Entity which arises out of any breach on the part of OWNER.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 82
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

75.4.2 OWNER will, indemnify, defend and hold harmless the CONTRACTOR against any and all
proceedings, actions, third party claims for loss, damage and expense of whatever kind and
nature arising out of defect in title and/or the rights of OWNER in the land comprised in the
Site adversely affecting the performance of the CONTRACTOR’s obligations under the
Contract and/or arising out of acts done in discharge of their lawful functions by OWNER
Indemnified Party including OWNER Events of Default except to the extent that any such
claim has arisen due to a negligent act or omission, breach of contract or breach of statutory
duty on the part of the CONTRACTOR, its Subsidiaries, affiliates, contractors, servants or
agents including due to CONTRACTOR Event of Default.

75.4.3 The aggregate liability of OWNER to the CONTRACTOR (whether based on contract or that
including negligence and strict or absolute liability) arising out of or under this Contract shall
not exceed 100% of the contract value provided that no such limit shall apply in respect of
(i) Any loss resulting from fraud, intentional or wilful misconduct or illegal or unlawful acts or
omissions of OWNER or any of its officers, directors, employees, servants or agents, or
(ii) Any Liability on the part of OWNER which becomes payable under the Contract.
75.5 Payment pursuant to Indemnification

75.5.1 Any payment made under this Contract pursuant to an indemnity or claim for breach of any
provision of this Contract shall be net of applicable Taxes. For removal of doubts it is clarified
that all the payments pursuant to an indemnity or claim for breach of any provisions of this
Contract shall be borne and paid by the Defaulting Party.
75.6 Defense of Claims

75.6.1 In the event that either Party receives a claim from a Third Party in respect of which it is
entitled to the benefit of an indemnity under this Clause 1 (the `Indemnified Party’) it shall
notify the other Party (“Defaulting Party”) within 14 (fourteen) days of receipt of the claim
and shall not settle or pay the claim without the prior approval of the Defaulting Party, such
approval not to be unreasonably withheld or delayed. In the event that the Defaulting Party
wishes to contest or dispute the claim it may conduct the proceedings in the name of the
Indemnified Party provided that the Indemnified Party is secured against any costs involved
to its reasonable satisfaction.

75.6.2 The Indemnified Party shall have the right, but not the obligation, to contest, defend and
litigate any claim, action, suit or proceeding by any Third Party alleged or asserted against
such party in respect of, resulting from, related to or arising out of any matter for which it is
entitled to be indemnified hereunder and their reasonable costs and expenses shall be
indemnified by the Defaulting Party. If the Defaulting Party acknowledges in writing its
obligation to indemnify the person indemnified in respect of loss to the full extent provided
by this Clause 1, the Indemnifying Party shall be entitled, at its option, to assume and control
the defence of such claim, action, suit or proceeding liabilities, payments and obligations at
its expense and through counsel of its choice provided it gives prompt notice of its intention
to do so to the Indemnified Party and reimburses the Indemnified Party for the reasonable
cost and expenses incurred by the Indemnified Party prior to the assumption by the
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 83
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Defaulting Party of such defence. The Defaulting Party shall not be entitled to settle or
compromise any claim, action, suit or proceeding without the prior written consent of the
Indemnified Party unless the Defaulting Party provides such security to the Indemnified
Party as shall be reasonably required by the Indemnified Party to secure, the loss to be
indemnified hereunder to the extent so compromised or settled.

75.6.3 If the Defaulting Party has exercised its rights under Article 1.6.2, the Indemnified Party shall
not be entitled to settle or compromise any claim, action, suit or proceeding without the
prior written consent of the Defaulting Party (which consent shall not be unreasonably
withheld or delayed).

75.6.4 If the Defaulting Party exercises its rights under Article 1.6.2 then the Indemnified Party shall
nevertheless have the right to employ its own counsel and such counsel may participate in
such action, but the fees and expenses of such counsel shall be at the expense of such
Indemnified Party, when and as incurred, unless:
(i) the employment of counsel by such party has been authorised in writing by the Defaulting
Party; or
(ii) the Indemnified Party shall have reasonably concluded that there may be a conflict of
interest between the Defaulting Party and the Indemnified Party in the conduct of the
defence of such action; or
(iii) the Defaulting Party shall not in fact have employed independent counsel reasonably
satisfactory to the Indemnified Party to assume the defence of such action and shall have
been so notified by the Indemnified Party; or
(iv) the Indemnified Party shall have reasonably concluded and specifically notified the
Defaulting Party either:
(v) that there may be specific defences available to it which are different from or additional to
those available to the Indemnifying Party; or
(vi) that such claim, action, suit or proceeding involves or could have a material adverse effect
upon it beyond the scope of the Contract; provided that if clauses (ii), (iii) or (iv) shall be
applicable, counsel for the Indemnified Party shall have the right to direct the defence of
such claim, action, suit or proceeding on behalf of the Indemnified Party and the reasonable
fees and disbursements of such counsel shall constitute legal or other expenses hereunder.
75.7 Consequential Losses
Notwithstanding anything to the contrary contained in this Contract, the indemnities herein
provided shall not include any claim or recovery in respect of consequential nature except as
expressly provided in this Contract.

76.0 The purpose of putting a Party on holiday list is to protect the Corporation from dealing with
an undesirable party. Party may be put on holiday list due to any one or more of the
following:
If a Party
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 84
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

76.1 Has indulged in malpractices such as bribery, corruption, fraud and pilferage,bid rigging, price
rigging
76.2 Is bankrupt or insolvent or is being dissolved or has resolved to be wound up or proceedings
for winding up or dissolution have been instituted.
76.3 Has submitted fake, false or forged documents/ certificates.
76.4 Has substituted materials in lieu of materials supplied by IOCL or has not returned or has short
returned or has unauthorisedly disposed off materials/ documents/ drawings/ tools or plants
or equipment supplied by IOCL.
76.5 Has obtained official company information or copies of documents, in relation to the tender/
contract, by questionable methods/ means.
76.6 Has deliberately violated and circumvented the provisions of labour laws/ regulations/ rules,
safety norms or other statutory requirements.
76.7 Has deliberately indulged in construction and erection of defective works or supply of
defective materials.
76.8 Has not cleared IOCL’s previous dues.
76.9 Has committed breach of Contract or has failed to perform a contract or has abandoned the
contract.
76.10 Has refused to accept Fax of Acceptance/ Letter of Acceptance/Purchase Order/ Work Order
after the same is issued by IOCL within the validity period and as per agreed terms and
conditions.
76.11 After opening of Price Bid, on becoming L1, withdraws/ revises his bid upwards within the
validity period.
76.12 Has parted with, leaked or provided confidential/ proprietary information of IOCL given to the
party only for his use (in discharge of his obligations against an order) to any third party
without prior consent of IOCL.
76.13 Any other ground for which in the opinion of the Corporation makes it undesirable to deal
with the party including the followings:

76.13.1 If the security consideration, including questions of loyalty of the party to the state so
warrants

76.13.2 If the Director/ Owner of the party, proprietor or any partner of the party is convicted by a
Court of Law under normal process of law for offences involving moral turpitude in relation
to its business dealings during last 5 years.
Moral turpitude means to be a conduct contrary to justice, honesty, modesty or good morals
and contrary to what a man owes to a fellowman or to society in general.

76.13.3 If the party uses intimidation/ threatening or brings undue outside pressure on IOCL or its
official in acceptance/ performances of the job under the contract.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 85
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

76.13.4 Poor performance of the party in one or several contracts.

76.13.5 Transgression of Integrity Pact for which in the opinion of IOCL makes it undesirable to deal
with the party.

76.13.6 Based on the findings of the investigation report of any investigative agency, Government
Audit, any law enforcement agency or Government regulator against the party for malafide/
unlawful acts or improper conduct on his part in matters relating to IOCL or even otherwise.

77.0 In the event conciliation fails, it is agreed between the parties that there will not be any
arbitration between the parties and the parties will approach the Competent Court in city
where IOCL's State Office/Head Office, which issued the contract agreement is located , alone
shall have jurisdiction to entertain any application or other proceedings in respect of any
dispute arising under this contract.

78.0 The content of this chapter named “Special Terms and Conditions of Contract” needs to be
read in conjunction with the General Conditions of Contract, Price schedule annexed to Letter
of Acceptance, Formal Contract, Acceptance of Tender, any variation or amendment issued
after the execution of the formal contract, Pre bid MoMs/Agreed variations annexed to the
Letter of Acceptance, Addenda to the Tender documents, Special Instructions / Instructions to
Bidders. Where any portion of the GCC/any other section of tender, is repugnant to or at
variance with any provision of the SCC, then the provision of the SCC and NIT shall be deemed
to override the provisions of the GCC and shall, to the extent of such repugnance or
variations, prevail.

79.0 Buy back of old Automation equipments at Book Value by TAS Vendor for existing Brownfield
location:
All old equipment(s) proposed to be replaced have to be compulsorily bought back by the
incumbent/successful vendor at book value (WDV) derived as per Company Act 2013 plus GST
at prevailing rate. WDV of the equipment(s) to be bought back is …………………………………………
as per the list attached (State office shall give WDV amount as per the preceding quarter
ending from the month of tender release). It is obligatory on the part of the vendor to clear
the work site of all old equipment no sooner old equipments have been replaced by the new
one.

80.0 Mobilization Advance: In partial modification of Clause 6.4.5.0 of GCC, the CONTRACTOR may
(ifspecified by him in his bid and accepted by the OWNER) be allowed a Mobilization
advance/advance for an amount equivalent to up to 10% (Ten per cent) of the Total Contract
Value (CAPEX amount) excludingTax component. Such advance shall be released in 2
installments as per the following :
 Mobilization advance up to 5 % of the Total Contract value(CAPEX amount) excludingTax
component

 Advance up to 5% after full recovery of previous instalment of mobilization advance paid


includinginterest.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 86
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

The payment of Mobilization Advance / advance shall be subject to the fulfilment of the
followingconditions:
a) The CONTRACTOR shall have signed and sent back a copy (or copies if so required) of the
Acceptance ofTender issued by the OWNER in token of unqualified acceptance thereof.
b) The CONTRACTOR shall have furnished the Initial Security Deposit as stipulated in Clause
2.1.1.0 of GCCand associated clauses hereof.
c) The CONTRACTOR shall have executed the formal contract in terms of the Form of
Contract.
d) The contractor shall have made a formal application for the release of the Mobilization
Advance /Advance and shall have furnished a Bank Guarantee of an amount equivalent to
110% of the Advancefrom a Bank in a format approved by the OWNER.
e) The outstanding balance of the Mobilization Advance / Advance shall carry interest at 1%
(one percent)above the State Bank of India declared rate of cash credit advances
prevailing on the date of opening ofprice bids.
f) Without prejudice to any other mode of recovery available to the OWNER, the
Mobilization advance /Advance, together with interest thereon calculated on the
reducing balance, shall be recovered at therate of 10% (ten percent) of the gross certified
amount of each Running Account Bill, till the advance,together with the interest accrued
thereon, is recovered in full. The unrecovered balance if any, andinterest may be
recovered from the Final Bill of the CONTRACTOR and/or from any other amount dueto
the CONTRACTOR under any other contract or otherwise.
g) (i) If the OWNER is satisfied that 25% (twenty five per cent) of the Mobilization Advance /
Advance andinterest accrued till then on the Mobilization Advance has been repaid to or
recovered by the OWNER,the OWNER may on the application of the CONTRACTOR, if the
Bank Guarantee submitted by theCONTRACTOR covers and secures only the Mobilization
Advance / Advance, permit the CONTRACTOR tosubstitute the Bank Guarantee by a Bank
Guarantee acceptable to OWNER for an amount reduced by25% (twenty five per cent).
(ii) The provisions of paragraph (i) hereof above, shall mutatis mutandis apply to the
OWNER’ssatisfaction that the CONTRACTOR has repaid 50% (fifty per cent) and/or 75%
(seventy five per cent), asthe case may be, of the Mobilization Advance/ advance, and
interest accrued till then on theMobilization Advance / Advance.
h) All other conditions stipulated in Clause 2.1.2.0 of GCC hereof shall be applicable to the
advance(s).
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 87
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

(Self Adhesive non-judicial stamp of Rs. 500/- to be affixed)

DECLARATION (ON AWARD OF WORK ORDER)

Sub. : Contract/ Work Order No. ..................................... Dated.........................


1. We shall
a. Deploy trained and competent employees who are physically fit and are not suffering from any
chronic or contagious diseases.
b. Be responsible for and arrange and bear costs of such equipment, cleaning materials, uniforms
and other paraphernalia necessary to render effectively the service required by the
Corporation.
c. Be responsible and liable for payment of salaries, wages and other legal dues of our employees
for the purpose of rendering the services required by the Corporation under the above contract
and shall maintain proper books of account, records and documents. We shall however as the
employer, have the exclusive right to terminate the services of any of our employees and to
substitute any person instead.
d. Comply in all respects with the provisions of all statues, rules and regulations applicable to us
and/ or to our employees and in particular we shall obtain the requisite license under the
Contract Labour (Regulation and abolition) Act 1970 and the rules made there under.
e. Ensure that our employees while on the premises of the Corporation or while carrying out their
obligations under the contract, observe the standards of cleanliness, decorum, safety and
general discipline laid down by the Corporation or its authorized agents and the Corporation
shall be the sole judge as to whether or not we and/or our employees have observed the same.
f. Personally and exclusively employ sufficient supervisory personnel exclusively to supervise the
work of our employees so as to ensure that the services rendered under this contract are
carried out to the satisfaction of the Corporation.
g. Ensure that our employees will not enter or remain on the Corporation’s premises unless
absolutely necessary for fulfilling our obligations under the contact.
h. Not do or suffer to be done in or about the premises of the premises of the Corporation
anything whatsoever which in the opinion of the Corporation may be or become a nuisance or
annoyance or danger or which may adversely affect the property, reputation or interest of the
Corporation.
i. Not do so or suffer to be done in or about the premises of the Corporation anything whereby
any policy of insurance taken out by the Corporation against loss or damage by fire or otherwise
may become void or voidable.
j. Be liable for and make good any damage caused to the Corporation’s properties or premises or
any part thereof or to any fixtures or fittings thereof or therein by any act, omission, default or
negligence on our part or on the part of our employees or our agents.
k. Indemnify and keep indemnified the Corporation, its officers and employees from and against
all claims, demands, actions, suits and proceedings, whatsoever that may be brought or made
against the Corporation by or on behalf of any person, body, authority and whatsoever and all
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 88
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

duties, penalties, levies, taxes, losses, damages, costs, charges and expenses and all other
liabilities of whatsoever nature which the Corporation may now or hereinafter be liable to pay,
incur or sustain by virtue of or as a result of the performance or non-performance or
observance or non-observance by us of the terms and conditions of the contact. Without
prejudice to the Corporation’s other rights, the Corporation will be entitled to deduct from any
compensation or other dues to us, the amount payable by the Corporation as a consequence of
any such claims, demands, costs, responsible for death, injury or accidents to our employees
which may arise out of or in the course of their duties on or about the Corporation’s property is
made liable to pay any damages or compensation in respect of such employees, we hereby
agree to pay to Corporation such damages or compensation upon demand. The Corporation
shall also not be responsible or liable for any theft, loss, damages or destruction of any property
that belongs to us or our employees lying in the Corporation’s premises from any cause
whatsoever.
2. It is hereby declared that we are, for the purpose of this contract independent CONTRACTORs
and all persons employed or engaged by us in connection with our obligations under the
contract shall be our employees and not of the Corporation.
3. On the expiration of the contract or any earlier termination thereof, we shall forthwith remove
our employees who are on the Corporation’s premises or any part thereof failing which, our
employees, agents, servants etc. shall be deemed to be trespassers and no their failure to leave
the Corporation’s premises, the Corporation shall be entitled to remove all persons concerned
(if necessary by use of force) from the Corporation’s premises and also to prevent them (if
necessary by use of force) from entering upon the Corporation’s premises.
4. We hereby undertake and declare that, in the event the workmen/ employees/ person engaged
by us (“the CONTRACTORs’ employees”) to carry out the purpose hereof, attempt to claim
employment with the Corporation or attempt to be declared as employees of the Corporation
or attempt to become so placed, then in all such cases, we shall assist the Corporation in
defending all such attempts of the CONTRACTOR’s employees AND we shall bear and pay solely
and absolutely all costs, charges and expenses including legal charges incurred or which may be
incurred in defending all such attempt and in any appeal or appeals filed by the Corporation
therein or relating thereto AND we hereby indemnify for ever the Corporation against all such
costs, charges and expenses including legal charges and against all and any loss, expenses or
damages, whether recurring or not, financial or otherwise, caused to or incurred by the
Corporation, as a result of such attempt by the CONTRACTORs’ employees.

5. It is hereby agreed that the Corporation shall be entitled to set off any debt or
sum payable by us either directly or as a result of vicarious liability to the Corporation against
any money payable or due from the Corporation to us against any money lying or remaining
with the Corporation and belonging to us or any our partners or directors.

CONTRACTOR’s Signature or Authorized Attorney

To be witnessed by Notary.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 89
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

INDIAN OIL CORPORATION LIMITED


(MARKETING DIVISION)

PROFORMA INDEMNITY BOND FOR LOST DEPOSIT RECEIPT

HERE AS DEPOSIT RECEIPT NO. ......................... dated .......... for Rs. .................. issued by Indian Oil
Corporation Limited in favour of the undersigned as Earnest Money Deposit for the fulfillment of our
obligations under the Tender No ................……………... in respect of
……………………………………………….................. has been misled or lost by us and the same is not
traceable in spite of due and diligent search made by us for the same AND WHEREAS Indian Oil
Corporation Limited have at our request and entreaty agreed to refund to us the amount covered by
the said DEPOSIT RECEIPT on our executing these presents in the manner herein after appearing
NOW KNOW BE AND THESE PRESENTS WITNESS that we, the undersigned (name and address)
........................................ ………………………………………………. for ourselves and our heirs executors and
administrators and our successors and assigns do hereby agree conenvet and undertake to Indian Oil
Corporation Limited and its successor’s and assigns fully and effectively indemnity and keep Indian
Oil Corporation Limited and its successor’s and assigns fully and expenses respectively that they and
their successors and assigns might suffer and be put to by reason of refunding to us the under signed
the sum covered by the said DEPOSIT RECEIPT and we out heirs executors and administrators and
our successors and assigns hereby record having agreed to reimburse Indian oil Corporation Ltd. the
amount of all claims, losses, damages costs charges and expenses suffered by them in the premises
aforesaid.

IN WITNESS WHEREOF we the undersigned have hereunto set and subscribed our signature the day
and year first herein above written.

SIGNATURE OF THE EXECUTOR


Witness:

1. NAME & ADDRESS:

2. NAME & ADDRESS:


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 90
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

INDEMNITY BOND UNDERTAKINGS (ON AWARD OF WORK ORDER)

PERFORMA ‘A’

(On Rs. 500/-Stamp Paper - to be typed in double spacing)


From :
M/s. .......................................
(Contractors)

To.
M/S. INDIAN OIL CORPORATION LIMITED

Sub: (1) Work Order No. __________________________, dt. ----------------------------------


(2) Agreement No. __________________________, dt. ------------------------------------

THIS INDEMNITY BOND / UNDERTAKING executed at ------------------------------------------------this ---------


--------------- day of --------------------------- 20__ by M/s ----------------------------------------------------------------
------------------- hereinafter called the "Contractors" (which expression shall mean and include if the
context so admits, the partners or partner for the time being of the Firm and their or his respective
heirs, executors and administrators; its successors and assigns in law) in favour of INDIAN OIL
CORPORATION LIMITED a Company incorporated under the Companies Act I of 1956 and having its
Registered Office at G-9, Ali Yavar Jung Marg, Bandra (East), Hyderabad 400 051, herein after called
"the Corporation" (which expression shall include its successors and assigns in law).
WHEREAS the Corporation, desirous of having executed certain work specified in the work
order No.___________________________________________ dated____________ issued by the
Corporation on the Contractors, has caused drawings, specifications and bill of quantity showing and
describing the work to be done prepared and the same have been signed by or on behalf of the
parties hereto
AND WHEREAS the Contractors have agreed with the Corporation to execute and perform the said
work specified in the said Work Order upon certain terms and conditions provided in the Agreement
executed between the Contractors and the Corporation and also contained in the General
Conditions of contract attached thereto AND WHEREAS the Contractors are bound by law lo comply
with the provisions of various Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act
1976, Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979,
Contract labour (Regulation and Abolition) Act 1970, Workmen's Compensation Act 1923,
Employees State Insurance Act as also the Provident Fund Act providing for Provident Fund Scheme
for labourers engaged by the Contractors but in the event of violation of the provisions of various
amenities and facilities to the workers under the different labour laws, not only the Contractors but
also the Corporation as the principal employer becomes liable for the acts of omission and
commission by the Contractors.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 91
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to


indemnify and keep indemnified the Corporation as stated hereinafter.
1. The Contractors hereby undertake to furnish a certificate with regard to the number of
labourers employed by them in the Corporation in other organisation throughout the country
to the Location in-charge of the Corporation where the work is undertaken by the Contractors.
2. The Contractors hereby confirm and state that they are duly registered under Contract Labour
(Regulation and Abolition) Act 1979 as amended from time to time and that they undertake to
furnish a certified copy of the requisite Licence obtained by Contractors from the competent
authority to the Corporation's representative.
3. The Contractors hereby undertake to keep proper record of attendance of his labourers and will
give opportunity to the officers of the Corporation to supervise the same and confer upon the
Corporation's representative the right to countersign the said register. The Contractors shall
provide a copy of pay sheets to the Location in-charge of the Corporation nominated by the
Corporation for supervision of the payment of wages made to the labourers by the Contractor
and also confer the right on the Corporation's representative to supervise the payment of
wages to the labourers on the spot whenever required by the Corporation.
4. The Contractors state that they are fully aware of the provisions of the Provident Fund
5. Act, particularly with regard to the enrolment of labourers as a member of Provident Fund. The
Contractors further confirm that they are aware of the provisions and that they are obliged to
recover Provident Fund contribution from the eligible labourers engaged by them and after
adding their own contribution, remit the same to RPFC. The contractors state and confirm that
they are fully aware of their obligation to remit the said amounts on account of Provident Fund
to the RPFC within the prescribed period and that they have obtained a separate code number
from the Regional Provident Fund Commissioner which is bearing Sanction No.__________
dated __________from RPFC.
1. The Contractors will afford all opportunities to the officers of the Corporation whenever
required to verify that the Provident Fund is actually deducted by the Contractors from the
wages of the labourers and the same together with the Contractors' contribution has been duly
remitted by the Contractors to the concerned P.F. Commissioners. The Contractors also
undertake to provide photocopy of the receipt issued by the concerned P.F. Commissioner for
having received the P.F. contribution from the Contractors.
2. In the event the Location in-charge of the Corporation is not satisfied about the payment of
wages made and the recovery of P.F. etc. from the labourers employed by the Contractors, the
Contractors hereby agree and authorised the Corporation to withhold the payment of their bills
till the contractors complete all their obligations.
3. Notwithstanding the provisions contained in clause 6 above, the Contractors hereby undertake
and authorised the Corporation to recover dues payable by the Contractors to the labourers
employed by them as also amounts on account of P.F. contributions (including the Contractors’
contribution) as also all losses, damages, costs, charges, expenses, penalties from their bills and
other dues including the security amounts.
4. The Contractors hereby agree, confirm and declare that they have fully complied and will comply
with the provisions of various labour laws, particularly those referred to here in above and that
no violation of the provisions of various amenities and facilities to the workers under different
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 92
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

laws has been done by them and in the event of any past or future violation of the various
labour laws, the contractors shall indemnify and keep the Corporation duly indemnified against
all losses, damages, costs, charges, expenses, penalties, suits or proceedings which the
Corporation may incur, suffer or be put to.
5. The contractors hereby agree that the aforesaid indemnity undertakings are in addition to and
not in substitution of the terms and conditions contained in the tender documents and the work
order and also the Agreement executed by the Contractors with the Corporation.
6. The Contractors hereby confirm, agree and record that these terms of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors,
administrators and legal representatives and shall ensure for the Corporation’s benefit and for
the benefit of its successors and assigns.
7. That all questions, issues, disputes and differences between the contractor and the Corporation
arising under this indemnity bond undertaking shall be referred to arbitration in the same
meaning as indicated in the contract executed between the contractors and the Corporation.

Yours faithfully,

Date

Contractor’s Name and Signature


Witness:

(1) (Full Address)

(2) (Full Address)


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 93
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

(On Non-Judicial stamp paper of proper value)

AMENDATORY AGREEMENT (ON AWARD OF WORK ORDER)

This Amendatory Agreement made at _____________ the _________ day of _________ 2____ by
and between INDIAN OIL CORPORATION LIMITED, a Company incorporated in India under the Indian
Companies Act, 1956 and having its Registered Office at _________________________ (hereinafter
called “the Corporation” which expression shall unless inconsistent with the context include its
successors and assigns) of the first PART and M/s._________________ having its Office at ________
(hereinafter called “the CONTRACTOR”) of the Other PART and collectively referred to as “the
Parties”.
WHEREAS:

1) The parties referred to above have executed an Agreement dated ___________ in pursuance of
Work Order No.______ dated __________ for _______________ work (hereinafter referred to
as “Main Agreement”).
2) The aforesaid Main Agreement contains provisions requiring both the parties to refer any
dispute or differences arising under the Main Agreement to arbitration.
3) The Main Agreement permits the parties to amend or modify any of the terms of the Main
Agreement
NOW THEREFORE by virtue of this Amendatory Agreement the parties to the Main Agreement
agree as under:-
a. That the provisions relating to Arbitration in the event of dispute or difference or any other
issue arising under the Main Agreement stand deleted from the Main Agreement.
b. That the reference to the Arbitration Clause contained in the Main Agreement in any other
term or condition which may be general or special in nature shall also stand deleted to the
extent the said contents are applicable to Arbitration provisions.
c. Save as above, all other conditions whether general or special in nature relating to the Main
Agreement shall continue to be in force unless modified or amended by the parties hereto.

Authorised Signatory for Indian Oil Corp. Ltd. Authorised Signatory for M/s._________

WITNESSES:

(1) Name & Address

(2) Name & Address


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 94
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FORM OF CONTRACT (ON AWARD OF WORK ORDER)

(On Rs. 500/- Non-Judicial Stamp Paper)

THIS CONTRACT made at Hyderabad this ___________ day of ____________ 201 BETWEEN INDIAN
OIL CORPORATION LTD., a Government of India Undertaking registered in India under the Indian
Companies Act 1956, having its registered office at G-9, Ali Yavar Jung Marg, Bandra (East),
Bombay- 400 051 and the Headquarters at G-9, Ali Yavar Jung Marg, Bandra (East), Bombay- 400 051
Hyderabad (hereinafter referred to as the "OWNER" which expression shall include its successors
and assigns) of the One Part; AND _____________ carrying on business in sole proprietorship/
carrying on business in partnership under the name and style of ______________________ a
Company registered in India under the Indian Companies Act, 1913/ 1956 having its registered office
at _______________________ (hereinafter referred to/ as collectively referred to as the
"CONTRACTOR" which expression shall include his/ their/ its executors, administrators,
representatives and permitted assigns/ successors and permitted assign) of the other part:
WHEREAS
The OWNER desires to have executed the work of _______________________________ more
specifically mentioned and described in the contract documents (hereinafter called the 'work' which
expression shall include all amendments therein and/ or modifications thereof) and has accepted
the tender of the CONTRACTOR for the said work.
NOW, THEREFORE THIS CONTRACT WITNESSETH as follows:
ARTICLE – 1
Contract Documents
1.1 The following documents shall constitute the Contract documents, namely
(a) This contract;
(b) Tender documents as defined in the General Instructions to Tenderers;
(c) Letter of Acceptance of Tender along with Fax/ Telegram of Intent.

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have been
collectively marked Annexure 'A' while a copy of the letter of Acceptance of Tender along
with annexures thereto and a copy of Fax/Telegram of Intent dated ________ are annexed
hereto and said copies have been collectively marked as Annexure 'B".

ARTICLE – 2
Work to Be Performed
2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within the
item specified in the Contract documents.
ARTICLE – 3
3.1 Compensation
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 95
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Subject to and upon the terms and conditions contained in the Contract documents, the OWNER
shall pay CONTRACTOR compensation as specified in the Contract documents upon the satisfactory
completion of the work and/ or otherwise as may be specified in the Contract documents.
ARTICLE – 4
4.1 Jurisdiction
Notwithstanding any other court or courts having jurisdiction to decide the question(s) forming the
subject matter of the reference if the same had been the subject matter of a suit, any and all actions
and proceedings arising out of or relative to the contract (including any arbitration in terms thereof)
shall lie only in the court of competent civil jurisdiction in this behalf at ________ (where this
Contract has been signed on behalf of the OWNER) and only the said Court(s) shall have jurisdiction
to entertain and try any such action(s) and/ or proceeding(s) to the exclusion of all other Courts.

ARTICLE – 5
5.1 Entire Contract
The Contract documents mentioned in Article - I hereof embody the entire Contract between the
parties hereto, and the parties declare that in entering into this Contract they do not rely upon any
previous representation, whether express or implied and whether written or oral, or any
inducement, understanding or agreements of any kind not included within the Contract documents
and all prior negotiations, representations, contacts and/ or agreements and understandings relative
to the work are hereby cancelled.
ARTICLE – 6
Notices

6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or
communication sought to be served by the CONTRACTOR on the OWNER with reference to
the Contract shall be deemed to have been sufficiently served upon the OWNER
(notwithstanding any enabling provisions under any law to the contrary) only if delivered by
hand or by Registered Acknowledgment Due Post to the Engineer in- Charge as defined in
the General Conditions of Contract.
6.2 Without prejudice to any other mode of service provided for in the Contract Documents or
otherwise available to the OWNER, any notice, order or other communication sought to be
served by the OWNER on the CONTRACTOR with reference to the Contract, shall be deemed
to have been sufficiently served if delivered by hand or through Registered Post
Acknowledgement Due to the principal office of the CONTRACTOR at ___________________
or to the CONTRACTOR's representatives as referred to in the General Conditions of
Contract forming part of the Contract Documents.
ARTICLE-7
7.1Waiver
No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in terms of the
Contract or any obligation or liability of the CONTRACTOR in terms thereof shall be deemed to be a
waiver of such right, remedy, obligation or liability, as the case may be, by the OWNER and
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 96
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

notwithstanding such failure or delay, the OWNER shall be entitled at any time to enforce such right,
remedy, obligation or liability, as the case may be.
ARTICLE-8
8.1 Non-Assignability
The Contract and benefits and obligations thereof shall be strictly personal to the CONTRACTOR and
shall not on any account be assignable or transferable by the CONTRACTOR.
IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the place, day and
year first above written

SIGNED AND DELIVERED for and on behalf of INDIAN OIL CORPORATION LTD.
by..........................................

in the presence of
1.
2.
SIGNED AND DELIVERED for and on behalf of
.......................................... (CONTRACTOR)
by ..........................................
(this day of _____________ 20___)
in the presence of

1.
2.
(Strike off which is not applicable)
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 97
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT(to be taken of Rs.500/- stamp paper)

1. In consideration of the Indian Oil Corporation Limited (hereinafter called ‘The Corporation’)
having agreed to accept from________________ (name of the tenderer) ( hereinafter called `the
said tenderer’) Earnest money in the form of Bank Guarantee, under the terms and conditions of
tender No.________dated _________ in connection with _______________ (mention the details
of the tender) (hereinafter called “the said tender”), for the due observance by the said tenderer
of the stipulation to keep the offer open for acceptance for a period of _______ days from the
date of the opening of the tender and other stipulations of the tender we,
___________________________(indicate the name of the bank) hereinafter referred to as ‘the
Bank’ at the request of ___________________(mention the name of the tenderer) do hereby
undertake to pay on demand to the Indian Oil Corporation Limited an amount not exceeding Rs.
_________ in the event of the said tenderer having incurred forfeiture of earnest money as
aforesaid or for the breach of any of the terms or conditions or the stipulations of the said tender
and/ or the contract if awarded including but not limited to non performance of the contract
caused due to revision in price/ pricing basis after close of the pricing part of the tender under an
order of the Indian Oil Corporation limited.

2. We_____________________(indicate the name of the bank) do hereby undertake to pay the


amounts due and payable under this guarantee without any demur, merely on a demand from
the Indian Oil Corporation Limited stating that the amount claimed is due by way of forfeiture of
earnest money or any loss or damage caused to or suffered or would be caused to or suffered by
the Indian Oil Corporation Limited by reason of breach by the said tenderer any of the terms or
conditions or stipulations 3contained in the said tender or by reason of the tenderer’s failure to
perform the stipulations of the said tender. Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under this guarantee. However,
our liability under this guarantee shall be restricted to an amount not exceeding Rs. _______.

3. We __________________(indicate the name of the bank) undertake to pay to the Indian Oil
Corporation Limited any money so demanded notwithstanding any dispute or disputes raised by
the tenderer in any suit or proceeding pending before any court or Tribunal or arbitrator relating
thereto our liability under this present being absolute and unequivocal. The payment so made by
the bank under this bond shall be a valid discharge of our liability for payment there under and
the tenderer shall have no claim against us for making such payment.

4. We _________________(indicate the name of the bank) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the terms, conditions or stipulation of the said tender and that it shall continue
to be enforceable till all the dues of the Indian Oil Corporation Limited under or by virtue of the
said tender/ contract have been fully paid and its claims satisfied or discharged or till Indian Oil
Corporation Limited certifies that the terms and conditions of the said tender have been fully and
properly carried out by the said tender and accordingly discharge this guarantee. Unless a
demand or claim under this guarantee is made on us in writing on or before _______ we shall be
discharged from all liability under this guarantee thereafter.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 98
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

5. We____________________(indicate the name of the bank) further agree with the Indian Oil
Corporation Limited that the Indian Oil Corporation Limited shall have the fullest liberty without
our consent and without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said tender or to extend time of performance by the said tenderer
from time to time or to postpone for any time or from time to time any of the powers exercisable
by the Indian Oil Corporation Limited against the said tenderer and to forbear or enforce any of
the terms and conditions relating to the said tender and shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said tenderer or for any
forbearance, act or omission on the part of Indian Oil Corporation Limited or any indulgence by
the Indian Oil Corporation Limited to the said tenderer or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provisions have effect of so relieving
us.

6. This guarantee will not be discharged due to the change in the constitution of the bank or the
tenderer.

7. We, _________________(indicate the name of the bank) lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the Indian Oil Corporation
Limited in writing.

Dated the ___ day of ____ 20__


For ________________
(indicate the name of bank)
Place :
Date :
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 99
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

BANK GUARANTEE PROFORMA IN LIEU OF SECURITY DEPOSIT

1. 1. In consideration of the Indian Oil Corporation Limited having its Registered Office at
_________________ (hereinafter called “The Corporation”) having agreed to exempt ________
(hereinafter called “The said Contractor(s) / Supplier(s) / -Seller(s)”) from the demand under the
terms and conditions of an Agreement dated _______ made between ________ and
___________ for ____________ (hereinafter called “The said Agreement”), of Security Deposit
for the due fulfillment by the said Contractor(s) / Supplier(s) / - Seller(s) of the terms and
conditions contained in the said Agreement, on production of a Bank Guarantee for Rs. _______
(Rupees _________ only), we ___________ (hereinafter referred to as “The Bank” at the request
of ___________ Contractor(s) /Supplier(s) / - Seller(s) do hereby undertake to pay to the
Corporation an amount not exceeding Rs. ____________ against any loss or damage caused to
or suffered or would be caused to or suffered by the Corporation by reason of any breach by the
said Contractor(s) /Supplier(s) / - Seller(s), of any of the terms or conditions contained in the said
Agreement.

2. We __________ ( indicate the name of the bank) do hereby undertake to pay the amounts due
and payable under this guarantee without any demur, merely on a demand from the
Corporation stating that the amount claimed is due by way of loss or damage caused to or would
be caused to or suffered by the Corporation by reason of breach by the said Contractor(s) /
Supplier(s) / - Seller(s) of any of the terms or conditions contained in the said Agreement or by
reason of the Contractor(s) / Supplier(s) ‘ failure to perform the said Agreement. Any such
demand made on the bank shall be conclusive as regards the amount due and payable by the
bank under this guarantee. However, our liability under this guarantee shall be restricted to an
amount not exceeding _________

3. We undertake to pay to the Corporation any money so demanded notwithstanding any dispute
or disputes raised by the Contractor(s) / Supplier(s) / - Seller(s) in any suit or proceeding pending
before any court or Tribunal or Arbitrator relating thereto our liability under this present being
absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment
there under and the Contractor(s) / Supplier(s) / - Seller(s) shall have no claim against us for
making such payment.
4. We, ____________ further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Agreement and
that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of
the said agreement have been fully paid and its claims satisfied or discharged or till
___________ office / department at _____________ certifies that the terms and conditions of
the said agreement have been fully and properly carried out by the said Contractor(s) /
Supplier(s) / - Seller(s) and accordingly discharge this guarantee. Unless a demand or claim under
this guarantee is made on us in writing on or before _______ we shall be discharged from all
liability under this guarantee thereafter.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 100
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

5. We, __________(indicate the name of Bank) further agree with the corporation that the
corporation shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said agreement
or to extend time of performance by the said Contractor(s) / Supplier(s) / - Seller(s) from time to
time or to postpone for any time or from time to time any of the powers exercisable by the
corporation against the said Contractor(s) / Supplier(s) / - Seller(s) and to forbear or enforce any
of the terms and conditions relating to the said agreement and shall not be relieved from our
liability by reason of any such variation or extension being granted to the said Contractor(s) /
Supplier(s) / - Seller(s) or forbearance, act or omission on the part of the corporation or any
indulgence by the corporation to the said Contractor(s) / Supplier(s) / - Seller(s) or by any such
matter or thing whatsoever which under the law relating to sureties would, but for this
provisions have affect of so relieving us.

6. This guarantee will not be discharged due to change in the constitution of the Bank or the
Contractor(s) / Supplier(s) / - Seller(s).

7. We, __________(indicate the name of Bank) lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the corporation in writing.

Dated the _______day of ______ 20__


For ___________________________
(Indicate the name of Bank)
PLACE :
DATE :
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 101
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

BANK MANDATE FORMAT

Payment system to Vendors through Electronic Modes such as EFT, RTGS etc has been introduced by
the Corporation. For availing this facility, a consent letter from the Vendor as also the Bank Account
details of the Vendor is required. Bidders are requested to submit their Consent Letter as per the
format given below along with the enclosures as required:-

To, Dated:
M/s Indian Oil Corporation Ltd.
Address
Dear Sir,
With reference to your advice, we hereby agree to accept the payment of our bills through
“RTGS/NEFT/Electronic Mode”. The desired bank account details are given below:
1. Vendor Code allotted by IOCL in SAP
2. Name of Beneficiary (i.e. IOCL Vendor )
3. Name of the Beneficiary’s Bank
4. Address of the Beneficiary’s Bank Branch
5. Contact details of Branch with STD Code
6. Beneficiary’s Bank Account No. ( as per cheque copy )
7. Beneficiary’s Account Type (SB/CC/CA)
8. Beneficiary’s Bank IFSC Code ( 11 Digit)
9. Mobile No of Beneficiary (One Number only)
10. E-Mail Id of Beneficiary (One Mail Id only)

A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the
accuracy of the bank account details.
I hereby declare that the particulars given above are correct and complete. I agree to receive
transactional SMS / E-Mail Alerts from IOCL with regard to my bill payments.
(Signature of Account Holder)
Seal of the Vendor
Encl.: Cancelled Cheque

**** We hereby confirm that the above bank account details of beneficiary are correct in all
respects and the account of Beneficiary (IOCL vendor) is maintained at our bank branch.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 102
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

(Name of Bank & Branch)


Authorized Signatory
**** Verification required only in case vendors name is not printed/appearing on the cancelled
cheque leaf being submitted to IOCL office.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 103
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

GENERAL CONDITIONS OF CONTRACT


ALONG WITH APPENDIX III -Attached Separately
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 104
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TECHNICAL DOCUMENT
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 105
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ABBREVIATIONS & NOTATIONS

Unless otherwise specified following notations/ abbreviations shall be applicable to document.


NOTATIONS/ DESCRIPTION
ABBREVIATIONS
A/G ABOVE GROUND
ACS ACCESS CONTROL SYSTEM
ANSI AMERICAN NATIONAL STANDARDS INSTITUTE
AOPS AUTOMATIC OVERFILL PROTECTION SYSTEM
API AMERICAN PETROLEUM INSTITUTE
ATEX ATMOSPHÈRES EXPLOSIBLES
ATF AVIATION TURBINE FUEL
BAE BULK AIR ELIMINATOR
BCU BATCH CONTROL UNIT
BG BANK GUARANTEE
BQD BAY QUEUE DISPLAY
BV BALL VALVE
CCTV CLOSED CIRCUIT TELEVISION
CENELEC EUROPEAN COMMITTEE FOR ELECTRO TECHNICAL STANDARDIZATION
CI CAST IRON
CIU COMMUNICATION INTERFACE UNIT
CM/cm CENTIMETER
CPU CENTRAL PROCESSING UNIT
CR CONTROL ROOM/ CARD READER
CS CARBON STEEL
CSA CANADIAN STANDARDS ASSOCIATION
CUM/cum/m3 CUBIC METRE
DCS DISTRIBUTED CONTROL SYSTEM
DCV DIGITAL CONTROL VALVE
DG DIESEL GENERATOR
DIA/dia/F DIAMETER
DIN DEUTSCHES INSTITUT TUR NORMUNG EV
DP DENSITY PROBE
DPT DIFFERENTIAL PRESSURE TRANSMITTER
DT DENSITOMETER
E/E/P/S ELECTRICAL AND ELECTRONICS PROGRAMMABLE SYSTEMS
E-I-C/EIC ENGINEER IN CHARGE
EMC ELECTRO-MAGNETIC COMPATIBILITY
EMD EARNEST MONEY DEPOSIT
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 106
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

NOTATIONS/ DESCRIPTION
ABBREVIATIONS
EN EUROPEAN NATION
ESD EMERGENCY SHUTDOWN SYSTEM
EUC EQUIPMENT UNDER CONTROL
EWS ENGINEER'S WORKING STATION
EXD EXPLOSION PROOF
EXP EXPLOSION PROOF
FAS FIRE ALARM SYSTEM
FAT FACTORY ACCEPTANCE TEST
FE FIRE ENGINE
FLP FLAME PROOF
FM FACTORY MUTUAL
FO FIBER OPTIC
FRLS FIRE RETARDANT LOW SMOKE
FS FIRE SURVIVAL
GDS GAS DETECTION SYSTEM
GI GALVANISED IRON
GUI GRAPHICAL USER INTERFACE
HAZOP HAZARD AND OPERABILITY STUDY
HCD HYDROCARBON VAPOUR DETECTOR
HDPE HIGH DENSITY POLYETHYLENE
HMI HUMAN MACHINE INTERFACE
HT HORIZONTAL TANK
HWP HARDWIRED PANEL
I/O INPUT/ OUTPUT
IEC INTERNATIONAL ELECTRO-TECHNICAL COMMISSION
IEEE INSTITUTE OF ELECTRICAL & ELECTRONICS ENGINEERS
IR INFRA RED
IS INTRINSICALLY SAFE
IS/BIS INDIAN STANDARD
ISA INSTRUMENT SOCIETY OF AMERICA
ISD INITIAL SECURITY DEPOSIT
JOB JOB LUMPSUM
KG/kg KILOGRAM
LAN LOCAL AREA NETWORK
LED LIGHT EMITTING DIODE
LEL LOWER EXPLOSIVE LIMIT
LIU LIGHT INTERCONNECT UNIT
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 107
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

NOTATIONS/ DESCRIPTION
ABBREVIATIONS
LPBS LOCAL PUSH BUTTON STATION
LRCS LOADING RACK COMPUTER SYSTEM
LS LUMPSUM
LS LEVEL SWITCH
LT LEVEL TRANSMITTER
M/m/rm/RM METRE / RUNNING METRE
MCP MANUAL CALL POINT
MCR MAIN CONTROL ROOM
MCS MASTER CONTROL STATION
MFM MASS FLOW METER
MM/mm MILLIMETER
MOV MOTOR OPERATED VALVE
MS MILD STEEL
MSTW MULTI SPOT TEMPERATURE CUM WATER BOTTOM SENSOR
MT METRIC TONNE
MTBF MEAN TIME BETWEEN FAILURE
MTRR MEAN TIME TO REPAIR
NAS NETWORK ATTACHED STORAGE
NC NORMALLY CLOSED
NEMA NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION
NFPA NATIONAL FIRE PROTECTION ASSOCIATION
NO NORMALLY OPEN
NO (S) / Nos. / nos. NUMBER(S)
NRV NON RETURN VALVE
OIC OPERATORS INTERFACE CONSOLE
OMC OTHER OIL MARKETING COMPANY
OT OVERHEAD TANK
PA PUBLIC ADDRESS
PB PUSH BUTTON
PC PERSONAL COMPUTER (WORK STATION)
PCC PLAIN CEMENT CONCRETE
PCR PROXIMITY CARD READER
PLC PROGRAMMABLE LOGIC CONTROLLER
PPL PIPELINE
PPM PARTS PER MILLION
PRV PRESSURE RELIEF VALVE
PT PRESSURE TRANSMITTER
PTZ PAN TILT ZOOM
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 108
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

NOTATIONS/ DESCRIPTION
ABBREVIATIONS
QMR QUADRUPLE MODULAR REDUNDANT
QRA QUANTITIVE RESEARCH ANALYSIS
RCC REINFORCED CEMENT CONCRETE
ROV REMOTE OPERATED VALVE
RS-232/422 STANDARDS ON SERIAL COMMUNICATION PROTOCOL
RTD RESISTANCE TEMPERATRE DETECTOR
S&D SUPPLY & DISTRIBUTION
SAN STORAGE AREA NETWORK
SAP SYSTEMS APPLICATION PRODUCT (IOCL ERP SYSTEM)
SAT SITE ACCEPTANCE TEST
SFT/sft SQUARE FEET
SIL SAFETY INTEGRITY LIMIT
SIS SAFETY INSTRUMENTED SYSTEM
SOV SOLENOID OPERATED VALVE
SPD SURGE PROTECTION DEVICE
Sqcm SQUARE CENTIMETER
SQM/sqm/m2/SM SQUARE METRE
SQMM/sqmm/mm2 SQUARE MILLIMETER
SS STAINLESS STEEL
TAS TERMINAL AUTOMATION SYSTEM
TAS – MS TAS MANAGEMENT SERVER
TFMS TANK FARM MANAGEMENT SYSTEM
TLD TANKER LORRY DECANTATION
TF TANKER FILLING
TM TERMINAL MANAGER
TMR TRIPLE MODULAR REDUNDANT
TRV THERMAL RELIEF VALVE
TS TERMINAL SERVER
TSI TANK SIDE INDICATOR
TSV THERMAL SAFETY VALVE
TT TANK TRUCK
TT TEMPERATURE TRANSMITTER
TTES TANK TRUCK ENTRY SYSTEM
TTRS TANK TRUCK REPORTING SYSTEM
TUV TECHNISCHE UBERWARCHUNGS VEREIN
TWD TANK WAGON DECANTATION
TWF/ TWL TANK WAGON FILLING/ TANK WAGON LOADING
U/G UNDER GROUND
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 109
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

NOTATIONS/ DESCRIPTION
ABBREVIATIONS
UL UNDERWRITERS LABORATORY INC
UPS UN-INTERRUPTED POWER SUPPLY
VDU VISUAL DISPLAY UNIT
VMS VEDIO MANAGEMENT SOFTWARE
WIP WATER INTERFACE PROBE

****************
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 110
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

CODES AND STANDARDS

1.0 The components of Instrumentation and Control system shall conform in design, materials
and performance with the appropriate sections of the latest editions and revisions of the
standards. The equipment shall also conform to the latest Indian Electricity Rules as regards
safety, earthing and other essential provisions specified there in for the installation and
operation of electrical plants.

2.0 The equipment in the hazardous area shall have CMRI/ATEX & CCOE/PESO approvals.

SN CODE / STANDARDS DESCRIPTION


1. AMSE B1.20.1 Pipe thread
AMSE B16.5 Steel Pipe flanges and flanged fittings
AMSE B16.20 Ring-Joint gaskets and grooves for steel flanges
ASME SEC VIII Boiler & pressure vessel code rules.
2. ANSI/ISA 575-01 Control valve sizing , capacity test procedures, face to face
dimensions, leakage
3. API RP 520 Fire sizing of safety and control valve
4. API RP 598 Control valve leakage
5. OISD 244 Storage and handling of Petroleum products in depots and
terminals
6. OIML standard R 117 (Measuring systems for liquids other than water)
7. ISO 4185 Standard for measurement of liquid flow in closed conduit-
weighing method
8 IEC 61131 PARTS 1-4 Programmable controller
9 DIN V VDE 0801 Principles for computers in safety related systems
10 DIN V 19250-1994 Safety consideration for fail safe control for control and
instrumentation equipment
11 IEC 61508 Functional safety programmable electronic system
12 IEC 1131-3 Engineering software for development and configuration
13 IEC 68 Environment testing
14 IEEE 802.3, IEC, CSA International Standards
15 IEC 801/EN 50081/82 Electromagnetic compatibility
16 IEC 79.10/BS 4683 Hazardous area classification

17 IEC-529/ NEMA /IS For execution of Instrument Enclosures


2147/ IS 13947:1992
18 IEC-85 Thermal Evaluation and classification of electrical insulation

19 IS 1271 Specification for thermal evaluation and classification of electrical


insulation.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 111
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN CODE / STANDARDS DESCRIPTION


20 NFPA 70 National electric code for fire fighting system
21 OSID For storage, handling and safety systems and transportation
recommendations
22 CENELEC European norms for Hazardous area equipment and accessories
EN 50014-50039
23 EN 60950-1992 Power supply
24 IS-13314 Solid state invertors run from storage batteries
25 IS-11260 Stabilized power supplies AC output
26 IEC Solid state invertors
27 IS 10918 Vented type Nickel cadmium batteries
28 ANSI MC 96.1 Thermocouples
29 DIN 43760 Resistance temperature detectors
30 IS 3624 Specification for pressure and vacuum gauges
31 IS 1554/ IS 5831 PVC insulated cables
32 TIA/EIA 568A Telecommunication cable standard
ISO/IEC 11801
33 API MP MS 3-1A Standard practice for manual gauging of Petroleum and
Petroleum product in stationary tank
34 API MP MS 3-1B Standard practice for level measurement of liquid hydro carbon in
stationary tank for automatic tank gauging

35 API MP MS 7-4 Static temperature determination using fixed automatic tank


thermometer
36 ISO/TC28/Section 3 Terms relating to calculation of oil quantity
37 ISO 4266 Petroleum and liquid petroleum products – Measurement of level
and temperature in storage tanks by automatic methods.

38 OIML R85 Automatic level gauges for measuring the level of liquid in fixed
storage tanks.
39 IS 2801 PD meter Accuracy
40 SIGTTO Society of International Gas tanker and terminal operators

41 BASEEFA/PTB/KEMA/ Statutory standards


FM/ATEX/ TUV/ CCE/
CMRS/ERTL/CPRI/ IBR/
RDSO/W&M /EXIDA
42 BS 5308 Part-I Instrumentation Cable
43 ISA –S5.1 Instrument Symbol & Identification
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 112
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN CODE / STANDARDS DESCRIPTION


44 ISA- S 5.2 Graphical symbol for Process Operators
45 ISA 5.3 Graphical symbol for DCS / Share Display instrumentation logic &
computer system.
46 IS 2148/IEC 60079 Flame proof , enclosure for electrical apparatus
PESO(CCOE)
47 IS 3624 Specification for Pressure & Vacuum Gauges
48 ISA 7.3 Quality standards for instrument air
49 IEC-60079 Electrical apparatus for explosive gas atmosphere
50 IEC 61511 Safety of an industrial process through the use of instrumentation
51 API RP 1004 Standard for bottom loading arm
52 IS 3043 Code of practice for earthing

3.0 Applicable Regulations/ Policies


3.1 IOCL Terminal Automation System Policy
3.2 Oil Industries safety directorate norms (OISD)
3.3 Regulations relevant to explosion hazardous areas
3.4 Petroleum & Explosive Safety Organization norms & regulations
3.5 OIML – International Organization for Legal Measurements
3.6 Department of Legal Metrology, India

Note: Other applicable Codes and standards are mentioned at respective equipment specification
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 113
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SITE DATA

1.0 Site details

Sl.
Description Details
No.
1 Site Location Cherlapally, Hyderabad

2 Nearest Railway station Cherlapally

3 Nearest Airport Shamshabad

4 IOCL GSTIN no

5 Product receipt mode GAIL Pipeline & Bulk Tanker

6 Product dispatch mode Pack TT & Bulk Tanker


Maximum ambient
7 55 Deg C
temperature
Minimum ambient
8a 10 Deg C
Temperature
Design operating temperature -5 to 55o C plus temperature rise due to internal heat
8b
of field equipments dissipation of electrical & electronic components.
Design operating temperature
of indoor equipments (Control -5 to 45o C plus temperature rise due to internal heat
8
Room, Admin Building, S&D, dissipation of electrical & electronic components.
Security Room etc)
9 Relative Humidity Up to 95%

10 Products to be handled LPG

2.0 Area Classification

2.1.1 Hazardous area classification : Zone 1 Gas Group IIA IIB T3/T4

2.1.2 Ingress protection to NEMA 4X or equivalent

2.1.3 Intrinsically Safe (IS) certification is preferred, and shall be used wherever possible for all
analogue devices

2.1.4 Explosion Proof (Exd) certification shall be used wherever possible for all electrical and
electronic equipments used in hazardous area.

2.1.5 Certifying authority : UL/FM/ATEX /BASSEFA/CENLEC and PESO / CCOE


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 114
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

INTRODUCTION

Liquefied Petroleum Gas (LPG) bottling facility at Cherlapally plant is principally engaged in receipt,
storage, bottling and dispatch of LPG Cylinders.

The plant is supplying packed LPG through packed trucks to different areas of Telangana. Filling
Capacity of the Plant is 180 TMTPA.

Storage Capacity of Bulk LPG at Bottling Plant is 2300 MT – (1X1400MT Horton Sphere and 6X150MT
Bullets). Plant has facilities for receipt through pipeline and Bulk Tanker Unloading; despatch by bulk
tanker and pack TT. Bulk tanker loading/unloading facilities is with 8 nos. of bay. The plant has 8
Nos. Fire Engines with 410 KL/Hrs. discharge capacity each and fire water pipeline network covering
all major hazard areas

At present, the average daily filling is 45500 nos of cylinder of capacity 14.2 kg /19.0 kg / 47.5 kg /
5.0kg respectively. Filling of cylinders is carried out through 72 point High Speed Flex Carousel
system.

FACILTIES AT CHERLAPALLY BP

1. STORAGE VESSEL

Sl. No. Vessel No. Product Capacity in MT


1 T1- Bullet LPG 150
2 T2- Bullet LPG 150
3 T3- Bullet LPG 150
4 T4- Bullet LPG 150
5 T5- Bullet LPG 150
6 T6- Bullet LPG 150
7 T7- Sphere LPG 1400

Above vessels are provided with following instruments and other


1. Enraf Radar Gauge
2. Rochester level Gauge
3. Tokyo Kieso High Level Switch
4. Enraf Multi Spot Temperature sensor
5. Enraf Tank side Indicator
6. ROV on common inlet/outlet Liquid line
7. ROV on common inlet/outlet Vapour line
8. Pressure transmitter
9. Temperature transmitter
10. Catalytic type Hydro carbon detector
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 115
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

2. FIRE WATER TANK

Sl. Tank No. Product Capacity in KL


1 W1 Water 3700
2 W2 Water 3700
3 W3 Water 3700
Above tanks are provided with following instruments
1. Level Transmitter
2. Tank side indicator

Wash Water Tanks - Horizontal

Sl. Tank No. Product Capacity in KL


1 W4 Water 10
2 W5 Water 10

3. PRODUCT PUMP

No. Product Capacity (M3) Operation


1 LPG 150 CYLINDER FILLING
2 LPG 150 CYLINDER FILLING & TF OPERATION
3 LPG 85 CYLINDER FILLING & TF OPERATION

4. COMPRESSOR

No. Product Capacity Operation


(cfm)
1 LPG 150 CYLINDER FILLING & BULK TANKER LOADING/
UNLOADING OPERATION
2 LPG 150 CYLINDER FILLING & BULK TANKER LOADING/
UNLOADING OPERATION
3 LPG 150 CYLINDER FILLING & BULK TANKER LOADING/
UNLOADING OPERATION

5. BAY LAYOUT FOR BULK TANKER WITH LOADING/UNLOAGING POINTS.

SN BAY NO LPG LOADING LPG UNLOADING


1 BAY 1 ◙ ◙
2 BAY 2 ◙ ◙
3 BAY 3 ◙ ◙
4 BAY 4 ◙ ◙
5 BAY 5 ◙ ◙
6 BAY 6 ◙ ◙
7 BAY 7 ◙ ◙
8 BAY 8 ◙ ◙
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 116
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TOTAL 8 8

6. OTHER UTILITIES

No. Pump No. Details QTY


1 Fire Engine 410 KL/hr, Main-1 to 8 8
2 Jockey Pump 30 HP, Main + Stand by 2
3 Bore well Pump 5 HP 3
4 Borewell Pump 7.5 HP 2
4 DG set 500 KVA, 250 KVA, 250 KVA,160 5
KVA, 650 KVA
5 Air Compressor 8.49 Cum/hr 4
6 Air Dryer 2

Above Pumps are interface with existing Honeywell PLC

Fuel Tanks for Fire Enginee and DG set

Equipment Tank capacity Qty


No.
1 Mother tank for Fire & DG Engine 20 KL 1
2 Fire Enginee 315 L 8
3 DG Set 1100 L 5

Above tanks are provided with Level Transmitter

All the above, are already hardwired to PLC for remote start/stop and status update. (Refer
PLC for I/O list)

7. CAROUSAL FILLING UNIT

Capacity (CUM/HR) X Type QTY


No. Carousal No. Head (M)
1 High Speed High Capacity – Kosan 4200 cyl/ hr (72 Heads) Rotating M/cs 1

8. SUMMARY OF FACILTIES
SR. ITEM FACILITIES
1 LPG Storage 2300MT
Capacity
2 Carousel- LPG 180TMT
Bottling capacity
3 LPG Pump 3 nos.
(Kirlosker Ebara Pump Ltd.)
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 117
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

4 LPG Compressor 3 nos.


(Ingersoll-Rand)
5 Air Compressor 4 nos. (Ingersoll-Rand)
1No.-Screw Air Compressor (Kirlosker Pneumatic co ltd)
6 Air Drier 2 nos.
(Indcon Project Ltd.) .
7 DG Set 4 nos.
(Kirloskar Cummins)( 750KVA-1, 500KVA-1 and 250KVA-2nos )
8 Fire Engine 8 nos.
(Kirlosker Cummins). 410 cu.mtr./hr.
9 Jockey Pump 2 nos.
(Mather & Platt). 10.8 cu.mtr./hr.

9.0 List of ROVs (Only Indicative and may vary during execution of the project)

Description Tag No. Size


S.No. Location
(mm)
BULLET 1 LPG Vapour to/from bullet to B120R
1 150
(Existing) Compressor
BULLET 1 Body Valve -1 : LPG Liquid B101R
2 150
(Existing)
3 BULLET 1 LPG Liquid to Pump Suction B105B 150
4 BULLET 1 LPG Liquid reciept from tanker B106B 150
5 BULLET 1 Carousal/Loading return Line B107B 80
6 BULLET 1 Evacuation Return Line B108B 80
7 BULLET 1 LPG Liquid to TLD (Auto LPG Line) B112B 100
LPG Vapour from bullet to B121B
8 BULLET 1 100
Compressor
LPG Vapour to bullet from B122B
9 BULLET 1 100
Compressor
10 BULLET 1 Body Valve -2 : LPG Liquid B104G 150
BULLET 2 LPG Vapour to/from bullet to B220R
11 150
(Existing) Compressor
BULLET 2 Body Valve -1 : LPG Liquid B201R
12 150
(Existing)
13 BULLET 2 LPG Liquid to Pump Suction B205B 150
14 BULLET 2 LPG Liquid reciept from tanker B206B 150
15 BULLET 2 Carousal/Loading return Line B207B 80
16 BULLET 2 Evacuation Return Line B208B 80
LPG Vapour from bullet to B221B
17 BULLET 2 100
Compressor
LPG Vapour to bullet from B222B
18 BULLET 2 100
Compressor
19 BULLET 2 Body Valve -2 : LPG Liquid B204G 150
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 118
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

BULLET 3 LPG Vapour to/from bullet to B320R


20 150
(Existing) Compressor
BULLET 3 Body Valve -1 : LPG Liquid B301R
21 150
(Existing)
22 BULLET 3 LPG Liquid to Pump Suction B305B 150
23 BULLET 3 LPG Liquid reciept from tanker B306B 150
24 BULLET 3 Carousal/Loading return Line B307B 80
25 BULLET 3 Evacuation Return Line B308B 80
LPG Vapour from bullet to B321B
26 BULLET 3 100
Compressor
LPG Vapour to bullet from B322B
27 BULLET 3 100
Compressor
28 BULLET 3 Body Valve -2 : LPG Liquid B304G 150
BULLET 4 LPG Vapour to/from bullet to B420R
29 150
(Existing) Compressor
BULLET 4 Body Valve -1 : LPG Liquid B401R
30 150
(Existing)
31 BULLET 4 LPG Liquid to Pump Suction B405B 150
32 BULLET 4 LPG Liquid reciept from tanker B406B 150
33 BULLET 4 Carousal/Loading return Line B407B 80
34 BULLET 4 Evacuation Return Line B408B 80
LPG Vapour from bullet to B421B
35 BULLET 4 100
Compressor
LPG Vapour to bullet from B422B
36 BULLET 4 100
Compressor
37 BULLET 4 Body Valve -2 : LPG Liquid B404G 150
BULLET 5 LPG Vapour to/from bullet to B520R
38 150
(Existing) Compressor
BULLET 5 Body Valve -1 : LPG Liquid B501R
39 150
(Existing)
40 BULLET 5 LPG Liquid to Pump Suction B505B 150
41 BULLET 5 LPG Liquid reciept from tanker B506B 150
42 BULLET 5 Carousal/Loading return Line B507B 80
43 BULLET 5 Evacuation Return Line B508B 80
LPG Vapour from bullet to B521B
44 BULLET 5 100
Compressor
LPG Vapour to bullet from B522B
45 BULLET 5 100
Compressor
46 BULLET 5 Body Valve -2 : LPG Liquid B504G 150
BULLET 6 LPG Vapour to/from bullet to B620R
47 150
(Existing) Compressor
BULLET 6 Body Valve -1 : LPG Liquid B601R
48 150
(Existing)
49 BULLET 6 LPG Liquid to Pump Suction B605B 150
50 BULLET 6 LPG Liquid reciept from tanker B606B 150
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 119
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

51 BULLET 6 Carousal/Loading return Line B607B 80


52 BULLET 6 Evacuation Return Line B608B 80
LPG Vapour from bullet to B621B
53 BULLET 6 100
Compressor
LPG Vapour to bullet from B622B
54 BULLET 6 100
Compressor
55 BULLET 6 Body Valve -2 : LPG Liquid B604G 150
SHPERE LPG Vapour to/from bullet to S107R
56 200
(Existing) Compressor
SHPERE Body Valve -1 : LPG Liquid S106R
57 200
(Existing)
58 SHPERE LPG Liquid to Pump Suction S118B 150
59 SHPERE LPG Liquid reciept from tanker S119B 150
60 SHPERE Carousal/Loading return Line S116B 80
61 SHPERE Evacuation Return Line S117B 80
LPG Vapour from bullet to S110B
62 SHPERE 200
Compressor
LPG Vapour to bullet from S111B
63 SHPERE 200
Compressor
64 SHPERE Body Valve -2 : LPG Liquid S113G 200
LPG PUMP-1 Bullet to Pump Suction P11B
65 200
(CAROUSAL FILLING)
LPG PUMP-1 Sphere to Pump Suction P12B
66 200
(CAROUSAL FILLING)
LPG PUMP-1 Discharge to Carousel P17B
67 100
(CAROUSAL FILLING)
LPG PUMP-1 Discharge to TF P18B
68 100
(CAROUSAL FILLING)
LPG PUMP-1 Discharge to Flexi-Carousel P19B
69 150
(CAROUSAL FILLING)
LPG PUMP -1 By-pass from Pump -1 to Pump-2 P1 TO P2
70 (LOADING/CAROUSAL 100
FILLING)
LPG PUMP -2 Bullet to Pump Suction P21B
71 (LOADING/CAROUSAL 150
FILLING)
LPG PUMP -2 Sphere to Pump Suction P22B
72 (LOADING/CAROUSAL 150
FILLING)
LPG PUMP -2 Discharge to Carousel P27B
73 (LOADING/CAROUSAL 100
FILLING)
LPG PUMP -2 Discharge to TF P28B
74 (LOADING/CAROUSAL 100
FILLING)
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 120
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LPG PUMP -2 Discharge to Flexi-Carousel P29B


75 (LOADING/CAROUSAL 100
FILLING)
LPG PUMP -3 Bullet to Pump Suction P31B
76 (LOADING/CAROUSAL 200
FILLING)
LPG PUMP -3 Sphere to Pump Suction P32B
77 (LOADING/CAROUSAL 200
FILLING)
LPG PUMP -3 Discharge to Carousel P37B
78 (LOADING/CAROUSAL 100
FILLING)
LPG PUMP -3 Discharge to Flexi-Carousel P39B
79 (LOADING/CAROUSAL 100
FILLING)
LPG PUMP HOUSE LPG Pump Discharge to Tanker Filling P43GL
80 200
MANIFOLD using Sphere receipt-dispatch line
LPG PUMP HOUSE LPG Pump Discharge to Tanker Filling P44GL
81 200
MANIFOLD using Bullet receipt dispatch line
LPG PUMP HOUSE LPG Pump Discharge for inter vessel P45GL
82 200
MANIFOLD transfer to bullet
LPG PUMP HOUSE LPG Pump Discharge for inter vessel P46GL
83 200
MANIFOLD transfer to Sphere
LPG PUMP HOUSE LPG Pump Discharge to Tanker Filling P41B
84 100
MANIFOLD using Sphere receipt-dispatch line
LPG PUMP HOUSE LPG Pump Discharge to Tanker Filling P42B
85 100
MANIFOLD using Bullet receipt dispatch line
86 COMPRESSOR -1 Suction Evac C101B 100
87 COMPRESSOR -1 Suction Bullet/Sphere C102B 100
88 COMPRESSOR -1 Suction TLD C103B 100
89 COMPRESSOR -1 Delivery TLD C107B 100
90 COMPRESSOR -1 Delivery Bullet/Sphere C108B 100
91 COMPRESSOR -1 Delivery Evac C109B 100
92 COMPRESSOR -2 Suction Evac C201B 100
93 COMPRESSOR -2 Suction Bullet/Sphere C202B 100
94 COMPRESSOR -2 Suction TLD C203B 100
95 COMPRESSOR -2 Delivery TLD C207B 100
96 COMPRESSOR -2 Delivery Bullet/Sphere C208B 100
97 COMPRESSOR -2 Delivery Evac C209B 100
98 COMPRESSOR -3 Suction Evac C301B 100
99 COMPRESSOR -3 Suction Bullet/Sphere C302B 100
100 COMPRESSOR -3 Suction TLD C303B 100
101 COMPRESSOR -3 Delivery TLD C307B 100
102 COMPRESSOR -3 Delivery Bullet/Sphere C308B 100
103 COMPRESSOR -3 Delivery Evac C309B 100
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 121
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

104 COMPRESSOR -4 Suction Evac C401B 100


105 COMPRESSOR -4 Suction Bullet/Sphere C402B 100
106 COMPRESSOR -4 Suction TLD C403B 100
107 COMPRESSOR -4 Delivery TLD C407B 100
108 COMPRESSOR -4 Delivery Bullet/Sphere C408B 100
109 COMPRESSOR -4 Delivery Evac C409B 100
110 RECEIPT LINE PLT line-Sphere V08B 150
111 RECEIPT LINE PLT line-Bullet V09B 150
RECEIPT LINE Existing ROV No. 16 (Vapour) V10B
112 150
(Existing)
RECEIPT LINE Existing ROV No. 18 (Vapour) V11B
113 150
(Existing)
114 RECEIPT LINE Liquid Header (Bullet) V014GL 200
115 RECEIPT LINE Liquid Header ( Sphere) V015GL 200
116 RECEIPT LINE Auto LPG Near TLD V18B 100
117 RECEIPT LINE Vapour Header (Sphere) V016B 150
118 RECEIPT LINE Vapour Header (Bullet) V017B 150
RECEIPT LINE Existing ROV No. 15 (Liquid) V12B
119 200
(Existing)
RECEIPT LINE Existing ROV No. 17 (Liquid) V13B
120 200
(Existing)
FILTERATION/Evacuation FS2 LPG Filter V019B
121 100
(Existing)
FILTERATION/Evacuation FS2 LPG Filter V024B
122 150
(Existing)
FILTERATION/Evacuation Return from Carousel V028B
123 80
(Existing)
124 TLF/TLD BAY 1 Liquid :Header Sphere branch Tapping T116B 50
125 TLF/TLD BAY 1 Liquid :Header Bullet branch Tapping T117B 50
126 TLF/TLD BAY 1 Liquid :Header Auto LPG branch Tapping T118B 50
127 TLF/TLD BAY 1 Liquid :Upstream of MFS (Liquid) T114B 50
128 TLF/TLD BAY 1 Liquid :Upstream of Loading Arm T110B 50
129 TLF/TLD BAY 1 Liquid :Downstream of MFS (Vapour) T115B 50
130 TLF/TLD BAY 1 Vapour : Header Bullet branch tapping T105B 50
Liquid : MFS - by pass valve for Vapour & T119B
131 TLF/TLD BAY 1 50
liquid
132 TLF/TLD BAY 1 Vapour :Header sphere branch tapping T106B 50
133 TLF/TLD BAY 2 Liquid :Header Sphere branch Tapping T216B 50
134 TLF/TLD BAY 2 Liquid :Header Bullet branch Tapping T217B 50
135 TLF/TLD BAY 2 Liquid :Header Auto LPG branch Tapping T218B 50
136 TLF/TLD BAY 2 Liquid :Upstream of MFS (Liquid) T214B 50
137 TLF/TLD BAY 2 Liquid :Upstream of Loading Arm T210B 50
138 TLF/TLD BAY 2 Liquid :Downstream of MFS (Vapour) T215B 50
139 TLF/TLD BAY 2 Vapour : Header Bullet branch tapping T219B 50
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 122
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Liquid : MFS - by pass valve for Vapour & T205B


140 TLF/TLD BAY 2 50
liquid
141 TLF/TLD BAY 2 Vapour :Header sphere branch tapping T206B 50
142 TLF/TLD BAY 3 Liquid :Header Sphere branch Tapping T316B 50
143 TLF/TLD BAY 3 Liquid :Header Bullet branch Tapping T317B 50
144 TLF/TLD BAY 3 Liquid :Header Auto LPG branch Tapping T318B 50
145 TLF/TLD BAY 3 Liquid :Upstream of MFS (Liquid) T314B 50
146 TLF/TLD BAY 3 Liquid :Upstream of Loading Arm T310B 50
147 TLF/TLD BAY 3 Liquid :Downstream of MFS (Vapour) T315B 50
148 TLF/TLD BAY 3 Vapour : Header Bullet branch tapping T319B 50
Liquid : MFS - by pass valve for Vapour & T305B
149 TLF/TLD BAY 3 50
liquid
150 TLF/TLD BAY 3 Vapour :Header sphere branch tapping T306B 50
151 TLF/TLD BAY 4 Liquid :Header Sphere branch Tapping T416B 50
152 TLF/TLD BAY 4 Liquid :Header Bullet branch Tapping T417B 50
153 TLF/TLD BAY 4 Liquid :Header Auto LPG branch Tapping T418B 50
154 TLF/TLD BAY 4 Liquid :Upstream of MFS (Liquid) T414B 50
155 TLF/TLD BAY 4 Liquid :Upstream of Loading Arm T410B 50
156 TLF/TLD BAY 4 Liquid :Downstream of MFS (Vapour) T415B 50
157 TLF/TLD BAY 4 Vapour : Header Bullet branch tapping T419B 50
Liquid : MFS - by pass valve for Vapour & T405B
158 TLF/TLD BAY 4 50
liquid
159 TLF/TLD BAY 4 Vapour :Header sphere branch tapping T406B 50
160 TLF/TLD BAY 5 Liquid :Header Sphere branch Tapping T516B 50
161 TLF/TLD BAY 5 Liquid :Header Bullet branch Tapping T517B 50
162 TLF/TLD BAY 5 Liquid :Upstream of MFS (Liquid) T514B 50
163 TLF/TLD BAY 5 Liquid :Upstream of Loading Arm T510B 50
164 TLF/TLD BAY 5 Liquid :Downstream of MFS (Vapour) T515B 50
165 TLF/TLD BAY 5 Vapour : Header Bullet branch tapping T519B 50
Liquid : MFS - by pass valve for Vapour & T505B
166 TLF/TLD BAY 5 50
liquid
167 TLF/TLD BAY 5 Vapour :Header sphere branch tapping T506B 50
168 TLF/TLD BAY 6 Liquid :Header Sphere branch Tapping T616B 50
169 TLF/TLD BAY 6 Liquid :Header Bullet branch Tapping T617B 50
170 TLF/TLD BAY 6 Liquid :Upstream of MFS (Liquid) T614B 50
171 TLF/TLD BAY 6 Liquid :Upstream of Loading Arm T610B 50
172 TLF/TLD BAY 6 Liquid :Downstream of MFS (Vapour) T615B 50
173 TLF/TLD BAY 6 Vapour : Header Bullet branch tapping T619B 50
Liquid : MFS - by pass valve for Vapour & T605B
174 TLF/TLD BAY 6 50
liquid
175 TLF/TLD BAY 6 Vapour :Header sphere branch tapping T606B 50
176 TLF/TLD BAY 7 Liquid :Header Sphere branch Tapping T716B 50
177 TLF/TLD BAY 7 Liquid :Header Bullet branch Tapping T717B 50
178 TLF/TLD BAY 7 Liquid :Upstream of MFS (Liquid) T714B 50
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 123
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

179 TLF/TLD BAY 7 Liquid :Upstream of Loading Arm T710B 50


180 TLF/TLD BAY 7 Liquid :Downstream of MFS (Vapour) T715B 50
181 TLF/TLD BAY 7 Vapour : Header Bullet branch tapping T719B 50
Liquid : MFS - by pass valve for Vapour & T705B
182 TLF/TLD BAY 7 50
liquid
183 TLF/TLD BAY 7 Vapour :Header sphere branch tapping T706B 50
184 TLF/TLD BAY 8 Liquid :Header Sphere branch Tapping T816B 50
185 TLF/TLD BAY 8 Liquid :Header Bullet branch Tapping T817B 50
186 TLF/TLD BAY 8 Liquid :Upstream of MFS (Liquid) T814B 50
187 TLF/TLD BAY 8 Liquid :Upstream of Loading Arm T810B 50
188 TLF/TLD BAY 8 Liquid :Downstream of MFS (Vapour) T815B 50
189 TLF/TLD BAY 8 Vapour : Header Bullet branch tapping T819B 50
Liquid : MFS - by pass valve for Vapour & T805B
190 TLF/TLD BAY 8 50
liquid
191 TLF/TLD BAY 8 Vapour :Header sphere branch tapping T806B 50

10.00 Other System / Sub system

Qty Remarks
SN System/ Sub System Existing
(Nos)

1 PA Paging ystem 1 Serial/hardwire

Potential free contact in


main panel shall be
Emergency Trip
2 1 provided for
Button/MCP
Implementation of Power
ESD

Gas Monitoring Serial Interface from panel


3 1
System at Field/ Control Room

Effluent Serial Interface from EFT


4 1
treatment Plant panel at Field

Solar power
Serial Interface from Solar
5 monitoring 1
panel upto control room
System

Serial intertace from PMCC


6 PMCC Panel 2 panel Multifunction meter
to Control room

Hot Air Sealing Serial interace upto control


7 3
Unit room
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 124
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Interface available from


Pipeline
8 1 GAIL control room to Plant
Integration
control room

ROV Panel for Hardwired ROV panel


9 1
existing 23 ROV aswell as PLC panel

Fire Water tank


10 1 Hardwired
and Fire Enginee

Borwell Pump
11 1 Hardwired
Automation

Autorefulling of
12 Diesel tank for FE 1 Hardwired
and DG set

Tank gauging
13 1 Serial interface
system radar

Fire alarm
14 1 Serial interface
System
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 125
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

IOCL SCOPE OF WORK

1.0 IOCL shall provide the following details (if available) to the successful vendor:
1.1 Drawings and documents

i. Plan Layout

ii. P&I diagram

iii. GA drawing and wiring details of PCC & MCC (During detailed engineering).

iv. Indicative cable route diagram,

1.2 Nozzle for installation of DPT at :

i. Across strainer for product pump house


1.3 Potential free/ Auxilary contacts/ Serial Interface for integration of free issued items :
i. ROV
ii. PMCC panels
1.4 The required termination detail, protocol document of the free issue item shall be shared to
the vendor during detail design engineering/execution of the project.
1.5 PMCC panel shall be provided with potential free contacts (to take safety PLC output) to trip
all plant equipments except equipments connected through Emergency panel during power
ESD.
1.6 Air-conditioning in Control room with proper lighting arrangement.
1.7 SAP connectivity at Control room for SAP-TAS interface, SAP-TFMS interface, SAP-MFM
interface for PPL Receipt.
1.8 Installation of all New ROV, Control valve , Oriffice plate supplied by successful Automation
vendor
1.9 Pipeline modification for installation ROV, Flow control valve, orifice plate, dismantling of
existing 3 way valve, existing gate valve, ball valve, globe valve.
1.10 Pneumatic tubing and Air header line for ROV, control valve.
1.11 Firewall device between IOCL LAN and TAS LAN.
1.12 Router and SAP PCs for establishing IOCL Intranet connectivity.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 126
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

VENDOR’S SCOPE OF WORK

1.0 GENERAL
1.1 The Bidder’s scope for Tank Farm Automation System (TFAS) includes Detailed Design and
Detailed Engineering, Procurement, Manufacture, Assembly, Integration, Factory/Shop
Testing, Packaging, Forwarding, Supply, Unloading at site, Storage, Calibration, Field-testing,
Installation/Erection, Pre-commissioning, Commissioning, Stabilization of the complete
system, supply of Spares, Documentation, providing Comprehensive AMC for a period of 3
years after two years of warranty, Training etc. for the successful Operation of Tank Farm
Automation System & allied iSAP system. The complete requirements shall be executed with
single point responsibility.
1.2 The scope of work to be read in conjunction with BOQ, Functional design requirement (FDR),
special terms and conditions, specifications, OISD 214, statutory norms and relevant clauses of
the tender document.The Schedule of Quantities, lists all the possible items, however any
balance items which are not explicitly spelt out here, but are required to make the system
complete in all respects and meet the technical requirements in this tender document shall
also be included under the respective items. Bidder shall list out the same and submit it with
the offer. Please note that automation of tank truck loading, Weighbridges and TT reporting
system, Access control system are excluded from the scope of this package.
However, specifications and details of the same have been provided in the tender documents
and attachments to ensure that the TFAS Solution being offered by bidder shall be compatible
for exchange of control and status signal from tank truck loading automation including
loading pumps and compressors etc. without disrupting existing operations
1.3 The scope of work includes complete automation of Receipt, Storage and dispatch operations
carried out in a LPG Installation including safety measures and interlocks.
1.4 The Tank Farm Automation System primarily includes hook up of existing Terminal
Automation system, Tank level Gauging system, Emergency Shutdown system, Fire and Gas
System, Uninterrupted Power supply system, automation sub systems available in existing
SCADA with all necessary instrumentation and civil, mechanical, electrical works related to
instrument activities as detailed in documents attached with this document. The job includes,
Design, Engineering, Supply, Installation, integration, testing and commissioning of all the
required hardware, software, logic & GUI development as per FDR for complete iSAP
(Integrated ystem for Automated Plant) comprising of:

 Bulk TT loading and Unloading operation


 Pipeline Receipt & Dispatch Operation
 Tank Farm Management System
 Emergency Shutdown System
 Valve operation on storage vessel receipt, despatch exhabge pit, pump house
manifole, Bulk Tanker Filling/unloading line etc
 LPG Pump, Compressor operation
 Fire Fighting System
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 127
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Gas Monitoring System


 Fire Alarm System
 Emergency Trip Button
 Fire hydrant system
 Borewell automation system
 Access Control System
 Other sub-systems

1.5 All the offered equipments and systems must have proven track record (PTR) of operating
satisfactory in LPG Installation/Refinery/ Petrochemical/POL plants. Necessary documentary
proof, clients list etc. to be submitted if sought by IOCL.
1.6 The vendor shall be fully responsible for proper selection of equipments, design engineering,
performance and successful operation of the complete system meeting the Functional &
Technical requirements of the tender document.
1.7 It is presumed that the Automation Vendor being the domain expert in the field of Plant
Automation, is capable enough to select the best equipments & can provide best of detailed
Engineering in all respect in line with the contractual scope & specification. All the documents
(viz datasheets / detail engg / SW logic / System configuration etc) in compliance with the
Work Order need to be submitted to IOCL/TPI for approval IOCL. A copy of submitted
drawings can be acknowledged by the IOCL/TPI site representative.
1.8 The operational requirements as specified in the tender might undergo revisions during
detailed Design Engineering. The vendor must ensure that the offered system software has
the capability and flexibility to take care of these revisions e.g. product changed, bays
changed, product codes changed etc. Provision for master edit /configuration facility for
above should be available in the offered software package.
1.9 Vendor will submit the deliverables requirement to IOCL well in advance during kick off
meeting. IOCL will in turn ensure assigning desired responsibility matrix for facilitating the
genuine requirements and execution of the project.
1.10 Structural Steel (Mild Steel) required for mounting of equipments, JBs, Cable trays etc are
included in the item rate of individual equipment and no separate payment for the same shall
be made.
1.11 All special tools & test equipments, spares, consumables required for installation, testing,
calibration and commissioning of the system is to be arranged by the vendor.
1.12 All materials including DG Sets, switchgears, cables, lighting towers and fixtures, structural
steel, consumables, testing appliances, tools and tackles necessary for completing the work
shall be procured/ arranged & supplied by the Contractor at his own cost unless otherwise
specified in the tender document. No claim/ delay on this account will be entertained by the
Corporation.
1.13 All commissioning and start-up spares required up to commissioning, system acceptance and
handing over of the system to the owner shall be in the vendor’s scope.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 128
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.14 Packing, forwarding, transportation, custom clearance, insurance, storage etc. of the terminal
automation system/equipments.
1.15 Completion of As-built drawings/documents as per the execution of work at site and
submission to IOCL before handing over of the complete system to IOCL.
1.16 Maintenance of all the Automation equipments, hardware & software as supplied by the
vendor shall be in the scope of the vendor throughout the commissioning and CAMC period.
1.17 Maintenance of following free issued items ROVs, Fire fighting equipments, DG set, Gas
Monotirng System, product & fire water pumps, borewell pumps, LPG compressor, Air
Comprossor, PA paging System, MCC/PMCC panels as applicable which are already integrated
with existing Plant Automation System shall be done by IOCL if not specifically mentioned in
the tender document or BOQ.

However, hardware / software supplied for integration of the above mentioned free issued
items shall be maintained by the vendor.

1.18 All the free issue items which are to be integrated with iSAP shall be handed over to the
vendor in working condition if not specifically mentioned in the tender document/ BOQ.

In case of any malfunctioning being observed, vendor is required to report the same to IOCL
project in-charge prior to hooking up of the said equipment with new system.

1.19 Integration of all existing Automation Sub systems incl. existing SCADA, TFMS into the
proposed system
1.20 Existing Terminal Automation system has general purpose PLC (GE RXI PLC), these systems
will have necessary interface with TFAS.
1.21 The Emergency shutdown system (ML 200 PLC) shall be replaced with Safety PLC.

2.0 Automation of Packed TT and Bulk Tanker loading operation: (Already Implemented by
existing Automation vendor)
2.1 Existing Bulk Tanker & Packed Truck automation system consist of following equipment.
1. LRC – Servers
2. Operator Interface Computer – (OIC, TTES)
3. Electronic Display Unit.
4. Network Components (Terminal Servers & Ethernet Switches)
5. Printers – (Network Printer)
6. Card Readers for Tanker Filling, Entry/exist gate, weigh Bridge
7. BULK TANKER LOADING &UNLOADING Gantry Instruments.
 Dual Channel Batch Controller
 Remote Interface Terminal (RIT).
 Local Push Button Station (LPBS).
 Bay Lamp.
 Digital Control Valve.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 129
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Mass Flow Meter (MFM).


 Strainer.
 Air Eliminator.
 Earthing Device.
 Pressure Transmitters
8. Process PLC System
9. Human Machine Interface.
10.Barrier gates.
11.RFID System.
12.Intergation with weigh bridge

2.2 Existing Bulk tanker & Packed Truck automation system has third party interfaces as per
following.
1. Weigh Bridge system
2. Honeywell ML PLC system.
3. Tank Gauging System (Radar gauge, TSI, PT)
4. ETB Panel
5. Remote operated valve (ROV)
6. Cylinder counting feedback data from filling shed/to filling shed through PLC.

3.0 PIPELINE RECEIPT OPERATION (Implemented by existing SCADA vendor, the same to be
hooked from existing General Purpose PLC to Safety PLC)
3.1 Existing SCADA System consists of Signal from GAIL to IOCL and from IOCL to GAIL relating to
the PCV, ROV Status, Levels of LPG vessels, Emergency Alarms, Temperature & Pressure to
comply with following OISD standards i.e. OISD-214.
OISD Description
clause
12.2 ( ROV) REMOTE OPERATION VALVE
12.2 a ROV shall be provided in supplier’s terminal and consumer’s premises, which will
shut-off the supply of LPG in case the pressure goes beyond piping design
pressure of consumer terminal
12.2 b There shall be a time lag between closure of ROV’s at consumer end and at the
supplier’s end. The time lag shall be engineered properly so that the pressure
does not increase beyond the specified limit in the consumer premises
12..2 c While engineering the closure time of ROV, a consideration shall be given so that
the pressure due to surge does not exceed the design pressure
12.2 d A suitable continuous back-up power supply shall be provided for the control
system and operation of ROVs both at suppliers end and consumers end
12..4 CONTROL SYSTEM & INSTRUMENTATION
i. Critical Control parameters i.e. storage vessel level, pressure, temperature, flow,
quantity, ROV & MOV status shall be shared/made available & monitored in the
control room of Supplier’s and Consumer’s Company
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 130
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ii. Control System logic shall be designed in such a way that any variation from the
preset design limit shall put the system in the fail safe operating condition
iii. In case of emergency the pipeline ROV shall close earlier than the Storage vessel
ROV. An interlock/circuitry shall be incorporated in the design
iv. Any bypassing of the interlocks in the receiving terminal shall be informed to the
receiving organization. Adequate precautions shall be spelt out clearly and
adhered to whenever any interlock is bypassed as per OISD GDN-178
12.5 ANNUNCIATION
The following indications shall be incorporated in the control rooms of both the
supplier and consumer company
a. Close indication of LPG Storage ROV
b. Pr. Switch High-High of LPG Storage
c. Level switch High High of LPG Storage
d. Pr. Switch High High of LPG receiving pipeline system
3.2 All the above requirements have been already implemented through Honeywell ML series
PLC. Since these signals are critical, the same to be implemented through Safety PLC.
3.3 Existing SCADA system has following signals shared between GAIL and IOCL
3.4 Two Mass flow meters are provided for flow measurement (one from GAIL and other by IOC).
The Mass flow meter is used in a control loop to control the LPG pumped in to the pipeline.
3.5 Pressure Control valve is installed within LPG bottling plant on the receipt line.
3.6 Following signals are shared from GAIL for the SCADA system
 Flow meter signals (flow rate, temperature, density)
 Flow meter flow totalizer
 Pump Run and stop status
 LPG discharge pressure from GAIL
 Valve Status - open/close
3.7 Following signals are integrated with existing SCADA system.

i) LPG RECEIPT LINE

 Mass Flow rate from Existing Mass flow meter


 Pressure from existing Pressure transmitter

ii) BULLET
 Pressure transmitter mounted on top of bullet
 Temperature transmitter installed on Liquid LPG line inlet to Bullet

iii) LPG PUMP HOUSE


 Level from existing Rochester Level transmitter mounted on Bullet repeated from LPG
pump house
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 131
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Existing High Level Switch mounted on Bullet repeated from LPG pump house.

iv) CONTROL ROOM


 OPEN and CLOSE Status/ control of ROV on Liquid and vapour LPG line to bullet
 OPEN and CLOSE Status/ control of ROV on TLD Line
 OPEN and CLOSE Status/ control of ROV on LPG Line at filling shed.
Pressent Scope includes Supply & installation of required hardware, converters, OFC
accessories etc for hooking up the cable coming from GAIL Pipeline PLC/Flow Computer into
iSAP Safety PLC for sharing of signals along with GUI development, mapping of register details,
interlock development etc as per FDR and tender document.

4.0 TANK FARM MANAGEMENT SYSTEM (Implemented by existing SCADA vendor, the same to
be hooked to iSAP system)
4.1 Enraf Autolevel gauging through Primary Radar Gauges, Multi Spot Temperature Sensor, Tank
Side Indicators(TSI), Redundant Communication Interface Unit (CIU) from Existing
Honweywell PLC to new Process PLC/Terminal server
4.2 Roscheter Gauge with level transmitter from Existing Honweywell PLC to new Process PLC
4.3 High Level Alarm Switch from Existing Honweywell PLC to new Safety PLC
4.4 Pressure transmitter / Temperature Transmitter from Existing Honweywell PLC to new Safety
PLC
4.5 ROV at pipeline receipt, Vessel Receipt /Disptach manifold, TLD inlet header, Caurual Inlet
Header etc from Existing Honweywell PLC to new Safety PLC
4.6 TFMS data to be interfaced with SAP as per SAP-TFMS protocol throughexisting LRC only.

5.0 EMERGENCY SHUTDOWN SYSTEM

6.0 VALVE CONTROL SYSTEM – To be implement by New Automation Vendor


6.1 All new ROVs are to be hardwired to the process PLC for status indication and control of the
ROVs as per FDR and tender document. Existing ROV shall be connected to safety PLC.
6.2 Supply, laying, glanding, ferruling and termination of Signal and Control cables along with
accessories like FLP JB, glands, reducers, plugs, cable trays, mounting structure, civil and
mechanical work etc for integration of ROVs with iSAP as per cabling philosophy mentioned in
the tender document.
6.3 Required signal interface, logics, interlocks, software & GUI development for operation of
ROVs etc as per functional design requirements and tender document is in the scope of the
vendor.
6.4 Dismantling of existing Ball valve, Gate valve, Globe Valve, 3 way valve; Installation of ROV,
Flow control Valve, Orifice Plate; Modification of existing pipeline for installation of new ROV
etc are excluded from Bidder’s scope of work. The same shall be completed by IOCL’s
Mechncail Contractor.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 132
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

6.5 Design, Supply, Installation and laying of Instrument air tubing (1/2”, SS316) for pneumatically
operated ROV from Isolation ball valve provided on main air header line (end connection ½”
NPT(F)) to the Air regulator filter (AFR) of ROV along with required accessories is excluded
from bidder scope. Supply and installation of Instrument air header with isolation valve is in
scope of IOCL.

7.0 PUMP AUTOMATION(Already Implemented by existing Automation vendor, I/Os connected


to existing GE PLC shall be disconnected from Marshalling cabinet and connected to new
Process PLC)
7.1 Existing PLC has interface with following equipments
1. ROV operations(Command and control)
2. LPG compressors (Command and control)
3. LPG Pumps(Command and control)
4. Air compressors (Command and control)
5. Air Drier operation (view and control )

7.2 All the LPG loading pumps, LPG Compressor, Air Compressoretc are already to be integrated
with existing GE process PLC the same shall be disconnected from Marshalling cabinet and
connected to new Process PLCfor feedback and control as per FDR and tender document.
7.3 Borewell Pump, fire water Pump, Jockey Pump are already to be integrated with existing
Honeywell process PLC the same shall be disconnected from Marshalling cabinet and
connected to new Safety PLC for feedback and control as per FDR and tender document.
7.4 Required logics, interlocks, software & GUI development for operation of all the pumps as per
Functional Design Requirements and tender document is in the scope of the vendor.

8.0 FIRE FIGHTING SYSTEM (Existing)


8.1 Integration of Fire Engines, Jockey pumps,, Borewell, Make up water/Fire water sump pumps,
with TFAS as detailed in FDR and tender document.
8.2 Supply, laying, glanding, ferruling and termination of control and signal cables with control
room.
8.3 Required signal interface, logics, interlocks, software & GUI development for operation of all
the Fire Fighting equipments as per Functional Design Requirements and tender document is
in the scope of the vendor.

9.0 GAS MONITORING SYSTEM (Existing)


9.1 Required signal interface, logics, interlocks, software & GUI development of Hydrocarbon
Vapour Detection System as per Functional Design Requirements and tender document is in
the scope of the vendor.

10.0 FIRE ALARM SYSTEM (Existing)


10.1 Required signal interface, logics, interlocks, software & GUI development of Fire alarm System
as per Functional Design Requirements and tender document is in the scope of the vendor.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 133
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

11.0 POWER AND MOTOR CONTROL CENTER (PMCC) - (Implemented by existing SCADA vendor,
the same to be hooked from existing General Purpose PLC to New Process PLC)
11.1 ACB status (EB, DG1 & DG2) ( monitoring, event capturing, and data logging )
11.2 Harmonic filter ( monitoring, event capturing, and data logging )
11.3 DG set operations ( monitoring, event capturing, and data logging )
11.4 Automatic Power factor control unit ( monitoring, event capturing, and data logging )
11.5 VCB ( monitoring, event capturing, and data logging )
11.6 Solar system ( monitoring, event capturing, and data logging )

12.0 AUTOMATIC REFILLING OF FUEL TANKS OF DG SETS AND FIRE ENGINES (Implemented by
existing SCADA vendor, the same to be hooked from existing General Purpose PLC to safety
PLC)
12.1 Level transmitter, on individual tanks
12.2 Capturing of readings in control room.
12.3 Development of logic for starting and stopping of pump as per the pre-set value of the
individual fuel tanks.
12.4 Low level indication of mother tank and indent generation
12.5 HSD stock accounting and posting of consumption in SAP at the close of the day.

13.0 OTHER SUB-SYSTEMS


13.1 Supply, installation, integration, testing and commissioning of Evacuation Unit along with
accessories complete in all respect and to be interfaced with iSAP as detailed in FDR and
tender document.

Required signal interface, logics, interlocks, software & GUI development of Evacuation
system as per Functional Design Requirements and tender document is in the scope of the
vendor.

13.2 Integration, testing and commissioning of Automatic Wailing Siren along with controller and
accessories complete in all respect. Provision shall be there to operate the siren locally as well
as from Control Room/ OIC. The Siren shall also blow automatically incase of MCP/BGU/ESD
activation as detailed in FDR and tender document.
13.3 Supply, installation, integration, testing and commissioning of smart Differential pressure
transmitter with inbuilt display unit across strainer of LPG product pumps, Carousal strainer.
The system should generate alarm for cleaning of the strainer in case strainer is choked by
50% or more.
13.4 Supply and installation of 2 Nos. of Micro switch for OPEN and CLOSE status of ROV on LPG
vapour line, TLD inlet line. These new limit switches shall be installed within existing exproof
Enclosure. The scope shall also includes servicing the limit actuation device, re-
instrumentation, replacement of Allen Screws, washer, O-ring and plunger contact with ROV.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 134
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

The scope shall also include dismantling existing limit switch, installing new limit switch along
fixing accessories and reglanding to existing cable.

14.0 CONTROL ROOM EQUIPMENTS


14.1 Supply, installation, configuration, integration, testing and commissioning of Dual redundant
Process PLC along with Marshalling Panels, Input Output modules, Power supply units, Relays
with base, barriers, TBs, Dual Ethernet ports per processors, Serial Interface Modules, HMI ,
wirings, glands, plugs, other modules/ hardware required for interfacing all the required field
and control room equipments including spare requirements, licenses, tags, GUI, licensed OPC
compliant software etc complete as per specification and tender document.
14.2 Supply, installation, configuration, integration, testing and commissioning of Triple /
Quadruple Modular RedundantSIL 3 Safety PLC duly certified by TUV/ EXIDA along with PLC
Panels, Marshalling Panels, Biometric fingerprint cum contactless smart card reader with
accessories, limit switches, Dual redundant Input Output modules, Power supply units, Relays
with base, barriers, TBs, Dual Ethernet ports per processor, Serial Interface Modules, HMI ,
wirings, glands, plugs, other modules/ hardware required for interfacing all the required field
and control room equipments including spare requirements, licenses, tags, GUI, licensed OPC
compliant software etc complete as per specification and tender document.

Safety system shall communicate with Process PLC for execution of inter-dependent
interlocks.

14.3 All programming software for modification/ Configuration of both Process PLC and safety PLCs
to be made available on common Engineering Work Station (EWS).
14.4 Supply, installation, configuration, integration, testing and commissioning of control room
equipments like TFAS-Management Server (TFAS-MS), OICs, Engineering Work Station, LAN
Switches, Networking components, etc along with mounting panels, consoles, stands,
structural supports, associated hardware and software complete as per Design Engineering,
System Architecture, FDR, BOQ and tender document.
14.5 Design, Supply, Installation, Configuration, Testing & Commissioning of Complete Tank Farm
Automation Softwarefor integrated System for Automated Plant (iSAP) includingrequired
software and GUI for TFAS Management Server, Operator work stations, fire fighting, Alarm
display and annunciation OIC, Web Server along with OS, Anti-virus, SQL, oracle, RDBMS
(license copy), dongle/key, licenses, media, documentation complete as per specifications and
tender documents meeting the requirement of complete Tank Farm Automation System.
14.6 iSAP software shall be interfaced with following but not limited to major sub-systems /
equipments alongwith GUI development for monitoring, logging, reporting and Controls-
Interlocks etc as per specification and tender document.

 Safety PLC
 TLF Automation System (TT reporting, registration & entry system, TT Queuing, FAN
generation, Bay allocation, Interface with TLF equipments like BCU, MFM, Barrier
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 135
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Gates, Bay Queue Display, Bay allocation Display, Invoice generated display, rack
monitors, Proximity card readers etc)
 Valve Automation System (ROVs, FCV etc)
 Tank Farm Management System (Radar Gauging, Rochester gauge,HLS Switch, MSTW,
CIU etc)
 GAIL Pipeline Interface
 MCC, LPG Pump, LPG Compressor, Borewell, DG Sets, Air compressors, , VFDs
 Gas Monitoring system Interface
 Fire Fighting System, , Fire Alarm System Interface, Fire Engines, DG Sets, Jockey
pumps, etc
 ESD System, Emergency panel, Power ESD, Local ESD, Wailing Sirens
 Pressure Transmitters, Differential transmitter
 UPS &Power distribution boards,
 Any other System, Sub-system, Third Party Interfacedevices etc as per scope of the
work order

14.7 iSAP to be interfaced with SAP as per latest version of SAP-TAS, SAP-TFMS, SAP-MFM interface
for PPL Receipt, TT planning and other interfacing protocols, communication protocol over
TCP/IP communication link via firewall device.
14.8 Fault detection module software to be kept in the iSAP Software which will be able to provide
system generated Down Time calculation for a stipulated period as detailed in tender
document.
14.9 Web server shall be provided for remote viewing of site parameters. It shall be interfaced with
IOCL network for providing site data to the users over intranet as detailed in tender
document.
14.10 All the equipments of Control room which includes iSAP, OIC, EWS, Terminal Server, Process
PLC, Safety PLC etc shall be connected to Dual redundant LAN system and shall have
redundancy in communication link. There shall not be any single point failure in connectivity
of equipments over LAN.
14.11 System should have redundancy for critical communication links like TFMS CIU / TFM
Computer to iSAP/ PLC interface, Prcess PLC& Safety PLC to iSAPinterface, etc to ensure
availability of the system.
14.12 Providing support to IOCL for configuration, testing and commissioning of free issued Firewall
device between iSAP LAN and IOCL LAN to minimize the risk of Cyber Threats and it must be
ensured that there is no direct path or communication between corporate network (IOCL LAN)
and automation network(iSAP LAN) as detailed under Functional specification and Software
testing.
14.13 Supply, installation, testing and commissioning of OIC and integration with existing 55” LED
display screen (wall mounted) for critical alarm display and annunciation with provision to
acknowledge the alarms.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 136
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

14.14 All the critical alarms are to be configured in the system and display only active alarms. Active
alarms should blink if not Ack, Steady if acknowledged & alarm conditions persists and Auto
clear if Alarm condition is cleared & acknowledged.
14.15 Supply, installation, integration, testing and commissioning of parallel redundant UPS of
suitable capacity for powering the entire Automation System and its equipments. The offered
UPS must have additional 30% spare capacity for future load connection. The scope also
includes supply of Semi- Maintenance free Ni-Cd battery bank (2x50%) for ½ hour back up
time at rated loadalong with structural supports for mounting of the UPS and batteries
complete as per specification and tender document.
14.16 Supply and laying of power cable for parallel redundant UPS from MCC/PMCC room to Control
Room. Individual Power cable shall be laid to each of the parallel redundant UPS & Auxiliary
unit through separate feeder provided by IOCL in MCC/PMCC roo m.
14.17 Supply and installation of System cabinet/Panel (42 U) with 19" rack size, along with
accessories like Biometric fingerprint cum contactless smart card reader with locking
arrangement, earthing arrangements, limit switches, breaker, fuses, terminal blocks and
wiring etc complete as per specification and tender document for mounting of

 TFAS-MS Servers along with associated rack mounted monitors, keyboards, mouse, 4
port industrial grade KVM switches, power adapters, networking & OFC components,
terminal server, Ethernet switches, GSM modems etc

The rack enclosure can be opened only by authorized person and the details of the person
who has opened the panel to be logged in the system.
14.18 Supply and laying of OFC along with OFC components from Control room to admin building,
S&D room, invoice/lock shed room and security room for establishing TAS LAN connectivity
from Control Room to respective building and Amenity block wherever TAS equipments are to
be connected in TAS LAN.

Supply and laying of all required Fiber Optic Cabling, CAT 6 Ethernet Cables, UTP to Fiber Optic
Convertor, Fiber Optic Patch Cord, LIU, Connector Panel, Coupler, mounting rack, RJ 45
Connector, switches etc required for building dual LAN network within Control Room, S&D,
Admin building, Security Room, Invoice/lock shed room, Driver’s rest room and other places
wherever TAS LAN connectivity is required as per design Engineering including supply and
laying of power cables for powering LAN switches, media converters & TAS equipments
connected to LAN.

14.19 Supply, laying, glanding, ferrulingCAT 6 Ethernet Cables, RJ 45 Connector, PVC conduits, cable
trays along with structural support etc complete in all respective as per design Engineering for
establishing IOCL Intranet LAN network inside Admin Building, Control Room, S&D with LAN
face plate and inter building connectivity between switches etc. The job also includes supply
and laying of power cables for powering LAN switches, media converters and other network
accessories used for establishing LAN connectivity.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 137
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

14.20 Supply and installation of Multi Cable Transit (MCT) Blocks at the Automation cable Entry
point to control room for proper sealing of the cable entry point. All works relating to the
sizing, designing and installation of MCT Blocks is within the scope of the vendor.
14.21 Supply, Laying and termination (at both ends) of requisite earth cable between the earthing
point in the Control panels and the earth bus bar and GI strip from earth bus bar to respective
earth pit. Tying of screens of shielded cables to the respective instrument earth bus.
14.22 Supply, installation, testing and commissioning of external / inbuilt lightening and surge
protection devices as detailed in BOQ and tender document.

15.0 Cabling and Earthing


15.1 Supply, laying, glanding, ferruling, termination of all types of FRLS (Signal, Power, Control, CAT
6, communication, OFC, UTP, earthing cables, GI Strips etc) along with associated hardwares
like FLP Junction Boxes, certified Exd. double compression cable glands, PVC shrouds, Exd
plugs for unused cable entries of JBs & instruments, FLP isolator switch, cable trays with
covers, SS 316 engraved tag plate, mounting clamps& SS 316 fasteners, conduits, hume pipes,
making trenches, pedestal for mounting cable tray, cable route makers, structure steel for
making supports for mounting of cable trays, JBs etc, anchor fasteners, nuts, bolts, screws,
foundation, isolators for mounting of GI strip on TLF structure, Earthing bus bar, Al clamp for
clamping of cables inside cable tray, connectors etc required complete as per specification
and tender document for integration & commissioning of the Automation & free issued
equipments for following system/ sub system Automation:

 Complete Automation and Integration of DPT installed across pump strainer; , pressure
transmitter for cooling line.

 Complete integration and control of ROVs.

15.2 Vendor shall provide separate Signal, Control and Power JB and there should not be any
common JB for any combination of different types of cables.
15.3 All the Automation equipments, JBs etc supplied by the vendor are to be properly earthed as
per OEM’s recommendations and tender specification.
15.4 All earthing cables shall be of minimum 1C x 6 sqmm FRLS unarmoured copper cable (Green
Colour).
15.5 Supply, fabrication & erection of all the structural & other materials for installation of
Automation equipments.
15.6 Cable tray pedestal with structural support for cable tray, RCC trenches with structural
support for cable tray, hume pipes, TLF Gantry & overhead pipeline/cable bridge without
structural support for cable tray as shown in the cable layout drawing shall be provided by
IOCL. Subsequent/ any additional requirement of cable pedestals, RCC trenches, hume pipes,
etc as per site requirement shall be in the scope of the successful bidder and no separate
payment for the same shall be made except for overhead cable bridge (if required to be
constructed at road crossing or on driveway) shall be paid extra as per SOR line item.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 138
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

15.7 Vendor to consider the supply and laying of entire cable trays with cover, structural support,
trenches, HDPE pipe, required civil & mechanical work etc in the quoted price. No separate
payment for the same shall be made.
15.8 The cable trench, pedestal, bridge layout drawing attached herewith are only indicative and
may undergo some change during execution of the job.
15.9 Vendor to propose and submit the complete cable route diagram along with structural
support, interspacing of the pedestals, earthing of cable trays and other details prior to
physical execution of the cabling works at site.
15.10 Supply, installation, testing and commissioning of complete Earthing system for entire
automation equipments and Tank Trucks as detailed in tender document.
15.11 Supply, fabrication and installation of support structures, frames, sunshields for field mounted
instruments such as pressure transmitters, tank side indicators and other instruments having
local display and are exposed to direct sunlight and rain.
15.12 Minor civil works like chipping / grouting of pavement for the instrument panels/supports
stand, and chipping and refilling of the pavement for conduits.
15.13 Civil works associated grouting and fixing of equipment and entry/ exit of cables at the control
equipment room, all masonry work associated with entry and ingress of equipment or cable
inside the control room including making goods, painting and finishing, all masonry work
associated with erection of cabinets, junction boxes, card readers, Plant and local ESD
switches, within the control rooms, S&D room, security room & Terminal Manager’s room etc.
15.14 Painting of all structural supports for trays, panels, junction boxes, instruments, ducts,
supporting structural etc. Painting of metering assembly product piping supplied by TAS
vendor (Aluminium paint) with colour bands as per product classification.

16.0 FACTORY ACCEPTANCE TEST: -


16.1 Factory acceptance test shall be carried out at Vendor’s premises and the required setup for
demonstration of the functional and technical requirements has to be arranged by the vendor
at no cost to IOCL.
16.2 Vendor shall initially perform tests at his works to ensure that all components are in
accordance with tender specification and functional requirements.
16.3 All equipments and sub-systems shall undergo minimum of 72 hours burn in period prior to
start of the test.
16.4 During testing period, if there is a malfunction of a component/module in a sub-system, the
test shall terminate and Vendor shall replace the failed component/ module.
16.5 Thereafter the test shall commence all over again. If even after this replacement, the sub-
system fails to meet the requirements, vendor shall replace the full sub-system to the one
meeting the requirements and the system shall get tested all over again.
16.6 If a sub-system fails during the test and is not made successfully operational within four hours
of active repair time after the failure, the test shall be suspended and restarted all over again
only after the Vendor has replaced the device into the acceptable operation.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 139
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

16.7 A test report shall be submitted to the purchaser for review within two weeks of completion
of tests by the vendor.
16.8 Once all the tests are successfully carried out by the vendor upto their satisfaction level and in
line with tender requirement, vendor shall give FAT call to IOCL along with FAT procedure and
test result against each of the parameters of the FAT procedure.
16.9 On receipt of call and test result, IOCL representatives shall attend the FAT.
16.10 During Factory Acceptance Test, vendor shall test and demonstrate the functional integrity of
the offered system hardware and software to IOCL. No FAT material or equipment shall be
transported until all required tests are successfully completed and certified ready for
Shipment by IOCL.
16.11 IOCL reserves the right to be involved and satisfy himself at each and every stage of
inspection. The Purchaser shall be free to request any specific test on any equipment
considered necessary by him although not listed in this specification. The cost of performing
all tests shall be borne by the Vendor.
16.12 Vendor shall note that acceptance of any equipment or the exemption of inspection or testing
shall in no way absolve the Vendor of the responsibility for delivering the equipment meeting
all the requirements specified in the Bid Package.
16.13 It shall be Vendor’s responsibility to modify and/or replace any hardware and modify the
software, if the specified functions are not completely achieved satisfactorily during testing
and factory acceptance or in field during actual operation / functioning.

17.0 FAT SETUP & TEST GUIDELINES:


17.1 The FAT setup shall consist of following hardware as minimum to demonstrate the complete
functionality of the offered system as per tender requirements:
Sl No Hardware/ Equipment's Description Qty
1 TFAS-MS 2
2 OICs 2
3 Managed Switches 2
4 Process PLC 2
5 Safety PLC 2
6 Simulator for DI/DO (ROV, Pumps, Plant ESD, HLA (HHH), Radar (HH), 2 Sets
Fire Engine, etc)
7 Tank Farm Simulator (Product and water) 2 sets for
each
8 Analog/HART/Modbus simulator LS

9 Any other hardware/ simulator / toggle switches/LED indication lamp LS


etc required.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 140
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

17.2 All the sub-systems shall be interconnected to simulate the total items. Vendor shall use
simulators for simulating field inputs to flow control units. Before start of tests, Vendor shall
keep the complete integrated systems powered for minimum 150 hrs prior to start of FAT.

17.2.1 Factory acceptance tests shall be carried out as per FAT procedure submitted by the vendor.
However IOCL shall have rights to ask the vendor to demonstrate any other tests not
mentioned in the FAT procedure but are covered in tendered scope of work. IOCL shall also
have right to ask the vendor to modify the logic, GUIs, Report formats, seek additional GUIs,
reports etc as per site requirement.
17.3 The FAT procedure shall cover following tests as minimum.
SL Area Tests
no
1 Hardware checks Check the complete setup of the FAT, including offered
hardware and software are as per tender specification and
requirements.
2 Redundancy checks Redundancy checks for Process PLC, Safety PLC (processors,
IOs, Rack power supply), TFAS LAN switches, etc
3 Power ON/ System Verification of power up and login procedure (including
login checks different level password and user ID verification).
4 Plant ESD Demonstration of functionality of plant ESD including power
ESD and its interlock with respect to stoppage of loading
operation, pump closure command, opening of barrier gates,
generation of power ESD etc as per FDR along with ESD Reset
and ESD override
5 HH & HHH interlocks Demonstration of interlocks on activation of relay output of
Radar Gauge (HH) and HLA (HHH) as per FDR – simulation.
6 Tank sequencing Demonstration of tank sequencing, tank modes selection,
tank level alarms and its interlocks – Simulation.
7 Pump Automation and Demonstration of pump sequencing and its interlocks –
sequencing Simulation.
12 Fire fighting Remote operation, feedback and Control of Fire Engine,
equipment integration Jockey pump, foam pump, borewell, central foam feeding
system – simulation
13 ROV, SOVs Open/close command from OIC and its status as per FDR –
Simulation
14 Down time report Generation of down time report as per special Terms and
Conditions
15 System Diagnostics System diagnostics shall be thoroughly checked for all sub-
systems on local level as well as on OIC consoles.
These shall include failure of a sub-system, module, power
supply, interface unit, failure of transfer to redundant
module on main module failure etc. and other detailed
diagnostic displays
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 141
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SL Area Tests
no
16 System clock Auto synchronisation of system clocks on all OICs, Servers
and peripheral devices.
17 System Restart after Simulation of power failure and system restart self-booting
power failure up of system configuration and program after power
restoration
18 Alarms and Event Logs Check for generation of alarms and event log report
19 GUIs Check for GUIs for all system and sub system as per Tender in
all work station etc.
20 Report Generations Check for reports generation as per tender.

17.4 Any deficiency / problem identified during testing or any changes required in data/
configuration etc shall be clearly brought out during FAT and the same have to be
incorporated/ corrected by the vendor.

18.0 SITE ACCEPTANCE TEST: TEST RUN / TRIAL RUN: Refer to SPECIAL TERMS AND CONDITIONS
OF CONTRACT

19.0 OTHERS
19.1 Any other work not specifically mentioned above but is included in the BOQ/ FDR/ Tender
document and facility for the same is available at site, the same also need to be covered in the
scope of work of the vendor.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 142
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.1. FUNCTIONS DESIGN REQUIREMENT (FDR)

1.1.1. Operator Interface Console (OIC)


Operator Interface Consoles – OICs are provided at the control room and Existing PMPC
(Plant Manager PC) is available in Plant Manager’s room for overview and operations of the
plant. The Operator Interface Consoles are connected to the LRCs on a redundant Ethernet
network.

These operator workstations enable the users to perform the following tasks:
 View real time plant mimics
 View and acknowledge alarms
 View the status and Authorized operation of the following field equipment:
a. LPG Pumps (sequencing, command and control)
b. LPG compressor (sequencing, command and control)
c. Barrier gates
d. Batch Controllers
e. ROV
f. EDU display
g. Emergency Shutdown PB’s Status
h. DG sets (sequencing, command and control)
i. PMCC equipment (VCB, ACB) ( monitoring, event capturing, and data logging )
j. Automatic power factor control, ( monitoring, event capturing, and data logging )
k. Harmonic filter, ( monitoring, event capturing, and data logging )
l. Solar power system ( monitoring, event capturing, and data logging )
m. Vessel sequence and operation for PLT receipt
n. Lining up of vessel for TT dispatch
o. Lining up of vessel for carousel filling
p. MFMs,
q. Filling shed operations ( Hot Air sealing Units)
r. Air compressors
s. Fuel tanks- auto refilling
t. DPT & PT data capturing and allied logic for LPG pump operation, shut down. Air
compressor operation and shut down. Air compressor auto starting on resumption
of power (Grid/DG set) after power failure.
 View Operator Actions, events and alarms
 Command for report printing on demand.
 Display of all critical alarms in the designated screen interface at control room along
with highlighted graphic image/ CCTV image and simultaneous annunciation.

1.1.2. Tank Farm Management System (Existing TFM System)


The Tank Farm Management System (TFMS) is connected to Radar gauges of the product
tanks through CIU (Communication Interface Unit). Tank farm software performs the
following functions through LRC:
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 143
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Continuously monitors and displays the storage vessel data of the individual vessels
collected via the Communications Interface Unit (CIU).
 Generates alarms when product levels go out of configured limits. If actual
temperature/level goes below low limit value or goes above high limit value, then
corresponding Alarm will be generated.

The following data shall be displayed through TFMS system:


o Tank ID
o Product
o Levels ( Primary & secondary )
o Gross Volume
o Flow rate
o Direction of flow
o Level High & Low
o Density
o Temperature
o Pressure
o Quantity
o Body Valve (ROVs)
o Secondary line valves (ROVs)
o Pump ID
o Suction / Delivery side Valves (ROVs)
o Compressor ID
o Suction / Delivery side Valves (ROVs)

1.1.3. Process Programmable Logic Controller (PLC)


The Process PLC provided at the Plant is primarily responsible for the following tasks:
 Continuous scan of all the process related inputs and outputs as per approved IO list.
 Provides an interface to transfer information to the LRCs for centralized data
availability.
 Issue of process alarms and events associated with the instruments connected to
PLC.
 Redundancy management between two PLC CPUs.
 I/O Nest Module Monitoring and performing the Communication Redundancy of
CPU.

1.1.4. Panels / Cubicles


Power Distribution Panel: Incoming power for all PAS equipment is terminated into Bus bar
through the multi-pole MCB’s and it distribute power to all control & field instruments
through the individual MCB’s
Network Panel houses Terminal server, Ethernet switch, and Protocol Signal converter. All
Communication cables from field will be terminated to this Network Panel.
PLC Panel Process PLC panel installed in Panel room. All physical inputs and outputs as per
Approved IO list will be connected in these panels.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 144
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.1.5. Printers
The Control Room houses two laser jet printers used for on-demand & continuous printing
of Reports and Alarm/Operator Actions/Event trail.

1.1.6. Terminal Server


Terminal servers are mainly Ethernet to serial communication converters and are
configured as any other network device. A pair of terminal servers is used in order to
provide for redundancy.
Each terminal server is connected to redundant Ethernet networks as per the system
architecture.

1.1.7. Uninterrupted Power Supply (UPS)


One set of 30 KVA parallel redundant UPS system with 30 minutes dedicated Ni-cd battery
backup capacity is provided to supply uninterrupted power to the automation system and
associated equipment.

2.1 Equipment for Truck crew Convinience

2.1.1 Electronic Display Unit (EDU)


A truck number on electronic display unit (EDU) is used for calling up the drivers of the
Vehicles scheduled to collect their security cards. This display unit is connected to the LRC
through Terminal Server.
This has a scrolling display, capable of displaying up to fourteen Vehicles at a time. In
addition, a 15th line on the unit is dedicated for display of those Vehicle numbers,
Additional line at the bottom displays timeout truck, for which driver not collected the FAN
within configured time.
If load for more than fourteen trucks are generated then display will scroll the truck
number and also announce will be done as truck number are displayed. The display will be
only in English and the announcement of the trucks will be in three languages: English,
Hindi and Regional Language.

2.1.1.1 RFID System at Parking Area.


All TTs at the locations will be provided with configured RFID tag at the wind screen on the
TT tank. RFID reader will be provided at the Entry Gate and Exit gate of the parking area.
RIFD reader would read the TT Registration no. of incoming TTs from RIFD tag pasted on
the wind screen and convey to server provided with control room officer (Reporting
Server).
2.1.2 Equipment at GANTRY

2.1.2.1 Batch Controller (BC)


The Major functions of a Batch Controller are:
 The batch controllers provided are capable of handling single Loading point at a
time.
 Monitor and control the functions associated with one loading point.
 Controlling the Digital Control Valve of configured product on the BCU.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 145
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Monitoring of safety circuits such as earth interlock, etc.


 Display loading information
 Raises various Alarm O/Ps depending on operating conditions
 Controls the operation of the RIT comprising three lamps and take commands from
pushbuttons of ACK, Start and Stop
 Controls the operation of the Bay push station comprising three lamps and take
commands from pushbuttons of Battery Off, Extinguisher and Hand Brake.
 In the remote mode, it communicates the load data, alarms and status of various
safety interlocks to the Load Rack Control system.
 The operating mode of the batch controller can be changed either from the GUI or
directly from the batch controller with appropriate authorization.

2.1.2.2 Card Readers at Loading Bays (CR)


One card reader is provided at each loading bay. These card readers are connected to the
Batch controller. The presented card information is passed on to the Load Rack Computer
through Batch controller for validation purpose.
If validations pass, the details of the loading/unloading quantity are made available at the
Batch controller; otherwise the user is prompted with the appropriate message at the Batch
controller indicating cause of invalidity.
Suitable lamp indication at the Remote Interaction Terminal (RIT) is provided for user action.

2.1.2.3 Remote Interaction Terminal (RIT)


RIT is also termed as Local Control Panel. Each loading point is provided with a Remote
Interaction Terminal (RIT) comprising of three push buttons – START, ACK and STOP – and
three lamps – Green, Amber and Red.
The RIT is used for human interaction during the loading/unloading sequence. The
automation system expects the user to press the various push buttons at different stages in
the truck loading/unloading sequence. It displays the results of the actions by lighting the
lamps of the RIT at various stages.

2.1.2.4 Bay Push Station


Each loading point is provided with a Bay Push Station comprising of three push buttons for
acknowledgement for action of Battery Off, Extinguisher and Hand Brake and three lamps.

2.1.2.5 Strainer and Air Eliminator


The strainer at each loading point, functions as a filter for entrapped tiny particles in the
product. The Air Eliminator is provided at each loading point and serves to eliminate
entrapped air bubbles from the product line.
Differential pressure gauge (DPG) with reed switch across strainer will be provided to
check the strainer choking.

2.1.2.6 Digital Control Valves (DCV)


A digital control valve (set stop valve) with solenoid-operated valves is provided in each
metering line. It is used to control the flow based on commands received from Batch
Controller.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 146
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

2.1.2.7 Earthing Device (ER)


Field mounted Earthing detector is provided to continuously monitor the Vehicle earth
connection throughout the loading/unloading operation. The earth device validates
earthing connectivity of the truck with ground.
Input from the Earthing Relay is taken as a prime interlock for the loading/unloading
operation sequence and it signals a batch stop command in case of interlock failure.
Operational features of the Earth Detector are in which the following interlocks will be
checked.

2.1.2.8 Pressure Transmitter (PT)


Pressure Transmitter is installed in delivery line at TLD area to measure the pressure of the
product passing through delivery line and information will be passed on to batch controller
for further operation.
When pressure in the delivery line increases or decreases beyond configurable limits, signal
will go to Batch controller for commencement of operation of Pumps/ROV.

2.1.3 Equipments at Entry / Exit Gates

2.1.3.1 Barrier Gates (BG)


Motorized, electrically operated barrier gates are installed at the entry and exit gates. The
operation of barrier gates is controlled by a Process PLC, which is interfaced with the LRC.
The gates can be operated in local mode by selecting Local/Remote Switch from Gate
Control Panel and can be operated manually through local electrical pushbutton station.
Local mode of operation of Barrier Gate shall be logged in the TAS software.
If the existing card-reader associated with the barrier gate is not working, the gate can be
bypassed by declaring the status of the gate as ‘Functionality Bypassed’ and same will be
logged in TAS.
If the existing card-reader associated with the barrier gate is working but the barrier gate is
not functioning, the barrier gate can be bypassed by disabling the ‘Output Controlled’
feature of the barrier gate in configuration screen through authorized login.
Motorized barrier gates will be available at Main gate, Frisking gate before entering into the
licensed area, TT parking entry and at the places where there is a probability of crisscross
movement of the loaded and empty trucks, bulk truck in/out etc.

2.1.3.2 Card Readers at Entry / Exit gates (Existing)


One Card reader each is provided at Entry as well as Exit gates. One card reader is to be
provided at Main gate for recording of “consent to load” and trigger the auto planning
process. Card readers to be provided at Weigh Bridge in/out for stamping the tare weight,
gross weight and net weight and triggering of command for challan auto printing at frisking
gate (Gate-2) after loading.
Card readers are also to be provided at each loading/unloading finger for status updation,
counting start/stop operation of cylinders. Logic to be developed accordingly for empty out
trucks, not unloaded trucks etc.
Each card reader is connected to LRCs through Terminal server.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 147
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Upon detecting the card presented, the LRC gathers the card information for validation
purpose and provides feedback to S&D operator (gate-2) for card validation.
PLC System will enable the ON/OFF operation of respective lamps of traffic lamp located
near barrier gate, installed at each Entry / Exit Gate.
Traffic lamp is provided at each Entry / Exit gate with Green, Red & Amber lamps. These
lamps indicate following status.
 Barrier gate Open/Closed
 If Barrier Gate is opened then Green Lamp will glow steadily.
 If Barrier Gate is closed then Red Lamp will glow steadily.
 In transition time the Amber Lamp will glow steadily.

2.2 Interface with Host Network


Hardware connectivity and software available on the various devices in the network is as
mentioned below:

2.2.1 LRC
Communication Standard Ethernet
Telemetry Mode Network
Communication Protocol TCP/IP
Interface Equipment Ethernet bus
Software Refer LRC specification. Document Reference Number
T087-SP-LRC

2.2.2 TTES COMPUTER


Communication Standard Ethernet
Telemetry Mode Network
Communication Protocol TCP / IP
Interface Equipment Ethernet bus
Software Windows 7

2.2.3 PRINTERS
Communication Standard Ethernet
Telemetry Mode Network
Communication Protocol TCP / IP & USB

2.2.4 OPERATOR INTERFACE CONSOLE


Communication Standard Ethernet
Telemetry Mode Network
Communication Protocol TCP / IP
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 148
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Interface Equipment Ethernet bus


Software Windows 7
Client application

2.2.5 PROCESS PLC (With Redundant Network)


Communication Standard Ethernet
Telemetry Mode Network
Communication Protocol TCP/IP
Interface Equipment Ethernet bus

3.01 Fire Engine, Jockey Pump and MAKE-UP Water Pump Automation

3.1 Introduction

This section describes the Automation of firefighting & Jockey Pump system existing at the
Plant. The purpose of automated Fire & Jockey Pump automation system is, to maintain 7
kg/cm2 pressure at the farthest point, in case of emergency on operation of water
monitor/Double hydrant /DV zone (Status of DV zone will be received from Existing SCADA
PLC).

3.2 Equipment Involved in Fire Pump Automation and their Functions:


 Diesel engine driven Fire Pumps (Existing).
 Existing Pressure Switches.
 Pressure transmitter
 Fire Engine Control Panels.

3.3 Functional Descriptions:

3.3.1 Diesel Engine Driven Fire Pumps (Existing):


When operation of the fire pump is selected as Remote mode, it is controlled through PLC
logic to provide the required flow and pressure of fire water within the fire hydrant pipeline.
Start/Stop operation of fire engine and other related message will be logged in the event
log.
If all fire engines are in manual, maintenance or standby mode, TT loading/unloading,
carousel operation and PLT operation will be stopped. To continue the loading at least one
fire engine should be in auto.
This interlock can be overridden with authorization of the Super User i.e. Location In charge.
If any of the Fire Engines is put under manual mode, the event will be logged in the system.
Fire Engine test run report for schedule days as per OISD will be generated for record and
preservance in the GIU system.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 149
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

3.3.2 Pressure Transmitters (Existing):

2 Nos. of pressure transmitters are installed at farthest point and delivery header line in
pump house. Reading of PT, which is installed at farthest point, will only be logged for
reference and view. When the reading goes below 7kg/cm2, alarm to be generated. And
Jockey pump, which is in auto mode to be started at 6.9Kg/cm2 and stopped at 8Kg/cm2.
The Fire pump house header line PT reading to be recorded for monitoring.

3.3.3 Fire Engine Control Panel (Existing):

The function of Fire Engine Control Panel is to control the start/stop of Fire Diesel Engine
and its various interlocks for safe operation of engine.

It also provides an interface of Local/Remote, Running and Trip Status and Start /Stop
control with PAS PLC system.

Local/Remote Mode selection button will be provided to select the Auto / Manual operation
of fire engine.

The feedback for the above is already available in the SCADA and to be integrated with
Automation platform.

3.3.4 Remote Operation of Fire Engine.

Fire Engine starts sequence triggered by PAS PLC in following conditions.


 Provision of start and stop command from control room is available in the existing
SCADA. To be integrated to automation platform. Start and stop operation from the
control room will override the pressure settings interlock.
 Standby pressure transmitter to be installed in header line in Fire pump house for more
secured operation.

3.4 Fire Engine Operation Logic:

3.4.1 Remote / Auto mode:


1. Select Local/Remote Selector switch in Remote mode andAuto mode from PAS HMI
Screen.
2. Select Pump sequence in MAIN1-5 and Standby1-2 from PAS HMI Screen.

3. Now Fire Engine operates (start) on Remote/Auto Mode through feedback from
existing pressure Transmitter as following:
a. Fire Engine 1: 7.0Kg/cm2
b. Fire Engine 2: 6.5Kg/cm2
c. Fire Engine 3: 6.0Kg/cm2
d. Fire Engine 4: 5.5Kg/cm2
e. Fire Engine 5: 5.0Kg/cm2
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 150
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

4. Startup of standby Fire Engines as following:


a. In case of failure of Fire Engine 1,3 or 5 : Fire Engine 6 will start
b. In case of failure of Fire Engine 2 or 4: Fire engine 7 will start.

3.4.2 Remote mode in manual mode:


1. Select Local/Remote Selector switch in Remote mode and Manual mode from TAS HMI
Screen.
2. Now Fire Engine operates (start/stop) on Remote/Manual Mode from On/Off Push
button from TAS HMI screen.
3. If Pump is in off status then to start the pump press “ON” push button from HMI
screen.
4. TAS PLC will start selected Fire Engine.
5. If Pump is in “on” status then to stop the pump press “OFF” push button from HMI
screen.
6. PLC will stop selected Fire Engine.

3.4.3 Interlocks with WATER TANK:


Water inventory & trend will be available on GIU. Alarm will be generated when the
combined water level is less than the configured level & loading will be stopped. This
interlock can be overridden with authorization.
 Existing water level gauges to be integrated with Automation platform
 Water requirement / indent to be generated and refilling to be done by makeup water
pumps.
 Start / stop of the makeup water pumps to be logged.
 Reduction of water level below the pre-set value to be alarmed.

3.5 Equipment Involved in Jockey Pump Automation and their Functions:


Following section describes the functionality of firefighting system and equipment
associated with it.

3.5.1 Equipment Involved:


1.Jockey Pumps (Existing).
2.Pressure Switches (Existing).
3.Jockey Pump Control Panels (Existing).

3.6 Functional Descriptions:

3.6.1 Jockey Pumps (Existing):


Two Jockey pumps are existing and electrical driven pumps which are used in plant to
maintain pre-defined level of pressure in fire hydrant header line. These pumps will start and
stop according to the fire header line pressure. This pressure is sensed by pressure
transmitters installed at jockey pump discharge header line near by fire water pump house.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 151
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

3.6.2 Jockey Pump Control Panel (Existing):


Jockey pumps are electrical driven pumps hence proper electrical motor starter panel is
provided with each pump. This panel shall have facility to start and stop pump locally from
panel and from field push buttons.
This panel also having facility to operate pump remotely through TAS PLC in remote mode
operation by selecting the selector switch in Remote Mode.

3.6.3 Pressure Switch/Transmitter (Existing) at Farthest point:


One Pressure transmitter/ Switch installed at farthest point to auto start /stop of Jockey
pump based on the preset value of pressure.

3.7 Remote/Local Operation of Jockey Pumps.

3.7.1 Remote / Auto mode:


1. Select Local/Remote Selector switch in Remote mode and Auto mode from TAS HMI
Screen.
2. Select Pump sequence in MAIN1 and Standby from TAS HMI Screen.
3. Now Jockey Pump operates (start/stop) on Remote/Auto Mode through feedback from
pressure switch (Through SCADA PLC).
4. Pressure switch monitors the fire Header line pressure and feedback of the same is
given to TAS PLC as digital I/P (from SCADA PLC). if pressure falls below 7.5 Kg/cm2 then
PLC will give start command to Main1 selected Jockey pump starter panel and jockey
pump starts and same time PLC monitors the status of Running indication and or Trip of
the jockey pumps.
5. If PLC gets running status within 15 sec. then it hold the start command till the pressure
reaches to 8.0 Kg/Cm2. and if pressure reaches this limits then PLC automatically stop
the jockey pump.
6. If PLC does not get running status within 15 sec. then PLC will declare this pump as
“Failed to Start in MAIN1”. PLC trigger start command to Standby Pump and again PLC
will monitor the running, trip status of pumps and pressure switch status fire header
line. Accordingly PLC will control the standby pump.
7. If PLC does not get running status of Standby pump within 15 sec. then PLC will declare
this pump as “Failed to Start in standby”
8. If Jockey pump is running and at any time any of the fire engine start and PLC get
running status then PLC will stop running jockey pumps or interlocked jockey pump.

3.7.2 Remote / Manual mode:


1. Select Local/Remote Selector switch in Remote mode and Manual mode from TAS HMI
Screen.
2. Now Jockey Pump operates (start/stop) on Remote/Manual Mode from On/Off Push
button from TAS HMI screen.
3. If Pump is in off status then to start the pumps press “ON” push button from HMI
screen.
4. PLC will start selected jockey pump.
5. If Pump is in On status then to stop the pump press “OFF” push button from HMI
screen.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 152
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

6. PLC will stop selected jockey pump.

3.8 Equipment Involved in Make-up Water Pump Automation and their Functions:
Following section describes the functionality of firefighting system and equipment
associated with it.

3.8.1 Equipment Involved:


1.Make-up Water Pumps (Existing).
2.Make-up Water Pump Control Panels (Existing).

3.9 Functional Descriptions:

3.9.1 Make-up / Bore-well Water Pumps (Existing):


Make up water system consist of 2 Nos. of submersible pumps
These Make-up Water pumps are existing and electrical driven pumps which are used in
plant to maintain pre-defined water level in water tanks. These pumps start and stop
according to the water level in water tanks. This water level is sense by Radar Gauge
installed on each Water Tank.

This panel also having facility to operate pump remotely through TAS PLC in remote mode
operation by selecting the selector switch in Remote Mode.

3.9.2 Water Tank Level


Water is stored in 3 Nos. Above Ground Vertical Tanks. These tanks feed the Fire pumps.
Delivery of the fire pumps is connected to a network of hydrant pipeline.
Existing Radar Level Gauge installed on water tanks provide real time water level to TAS
system and Alarm for the same will be configurable in TAS system for Low and High level of
alarms.
The makeup water pumps shall start automatically by PLC whenever the level in any of the
two water tanks falls below 15 cm from the maximum level of the tank.

3.10 Remote/Local Operation of Make-up / Bore-well Water Pumps.


3.10.1 Remote / Auto mode:
1. Select Local/Remote Selector switch in Remote mode and Auto mode from TAS HMI
Screen.
2. Select Pump sequence in MAIN1 and Standby from TAS HMI Screen.
3. Now Make-up Water Pump operates (start/stop) on Remote/Auto Mode through
feedback from Water tank level from Radar Gauge.
4. Radar Gauge monitors the fire water level and feedback of the same is given to TAS
PLC as Analogue I/P. if water level falls below configurable limits then PLC will give start
command to Main1 selected Make-up Water pump starter panel and Make-up Water
pump starts and same time PLC monitors the status of Running indication and or Trip of
the Make-up Water pumps.
5. If PLC gets running status within 15 sec. then it hold the start command till water level
reaches above configurable limits in TAS system and if level reaches this limits then PLC
automatically stop the Make-up Water pump.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 153
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

6. If PLC does not get running status within 15 sec. then PLC will declare this pump as
“Failed to Start in MAIN1”. PLC trigger start command to Standby Pump and again PLC
will monitor the running, trip status of pumps, level of water tanks and accordingly PLC
will control the standby pump.
7. If PLC does not get running status of Standby pump within 15 sec. then PLC will declare
this pump as “Failed to Start in standby”

3.10.2 Remote / Manual mode:


1. Select Local/Remote Selector switch in Remote mode and Manual mode from TAS HMI
Screen.
2. Now Make-up Water Pump operates (start/stop) on Remote/Manual Mode from
On/Off Push button from TAS HMI screen.
3. If Pump is in Off status then to start the pump press “ON” push button from HMI
screen.
4. PLC will start selected Make-up Water pump.
5. If Pump is in On status then to stop the pump press “OFF” push button from HMI
screen.
6. PLC will stop selected Make-up Water pump.

3.11 Bore well pumps:

1. There are 5no’s of bore well pumps. The start/stop of bore wells to be integrated with
proposed automation platform.
2. The level gauges from building top water tank and also from makeup water sump of
water tank to be integrated with automation platform.
3. Sequence of Pumps shall be done based on the lowest running hours.
4. Whenever the levels in make water sump falls below the preset value, bore well
5. pumps shall be selected based on their sequence and to be topped up.
6. Similarly, whenever the level in overhead tank falls below the preset value, bore well
pumps shall start and top up. And whenever it reaches the preset value, automatically
bore well pump will gets stop.
7. Start and stop of bore wells will be logged in automation platformEmergency Shut-
Down Operation.

4.01 EMERGENCY SHUT-DOWN PUSH BUTTON.


In event of ESD input detected by Existing TAS PLC and will trigger an alarm in HMI and also
triggering the automatic shutdown of various instruments i.e. Closing of ROV, DCV, tripping
of all Pumps and power shut down of various equipment.
OIC will show the location of ESD point in GUI and event will be logged in the system.

4.1.1 INVOKING ESD TO ENSURE THE FOLLOWING:


1. Pop-up Window “ EMERGENCY” on all computers: Whenever ESD is pressed all
computer connected on LAN should pop up the message “ EMERGENCY”
2. Blowing of wailing siren at the location.
3. Generate ESD in all batch controllers at gantry through hardwired connections. All
loading shall stop instantaneously at all the loading points and system shall record and
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 154
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

log the status of all tank trucks in its database. All associated screens with loading shall
display the current loading figures along with flashing ESD status.
4. Open the motorized barrier gates (Main gate, frisking gate, emergency gate) for
smooth evacuation of hazardous area.
5. Stop all process Compressor and Pumps, irrespective of the mode they are operating at.
6. On actuation of ESD, GAIL ROV to be closed immediately and the receipt tank ROVs will
get closed with preset time lag.
7. Emergency signal to be sent to Pipe line pumping station, popup window
“EMERGENCY” will be displayed in the interface PC along with alarm.
8. Whenever an ESD is pressed, it should get logged on to system with a time stamp.
9. On actuation of ESD , the power for the following critical equipment should continue
and others to get shutdown
 Lighting power in Licensed area / de-licensed area
 Tower lights in licensed area
 Admin Building
 Fire Pump house
 Security compressor
 Jockey Pump
 PMCC lighting
 Auto HSD refilling pump
 Bore well and make up water pump

Auto SMS: Pressing of ESD should pop up a screen giving two options in control room
HMI namely:
 DRILL
 EMERGENCY.
 On DRILL , Auto SMS to be sent to
 Location in-charge and State LPG head
 Officers & employees
 Mutual aid members

 On EMERGENCY, Auto SMS to be sent to


 Location in-charge and State LPG head
 Officers & employees
 Mutual aid members
 Statutory authorities.

5.01 CCTV, GMS & DV station

5.1.1 Existing GMS, DV station & CCTV to be integrated to the automation platform.

 The logic development will be as per the following requirement


o Grouping of GMS sensors will be done area wise. To each area, the nearby by
PTZ / Fixed cameras will be assigned. In case of any of the GMS sensor’s
reading in a particular group is more than the desired level, the assigned CCTV
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 155
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

(PTZ) will focus on the respective area and simultaneously alarms and
annunciation will be generated in the control room in the critical alarm display
screen.

o Grouping of DV systems will be done area wise. To each area, the nearby PTZ/
fixed zoom camera will be assigned. In case of any DV zone is getting
actuated, the assigned CCTV (PTZ) will focus on the respective area and
simultaneously alarms and annunciation will be generated in the control room
in the critical alarm display screen.

6.01 GAIL & IOCL MFM

6.1.1 Integration of GAIL & IOCL MFMs to automation platform and logics development

a. Existing GAIL MFM and IOCl MFM for receipt to be integrated with TAS and following
parameter shall be available in OIC:
i. Mass and Volume flow rate
ii. Mass and Volume totalizer reading
iii. Reset Totaliser (Input from TAS)
iv. Online Temperature as sensed by inbuilt temperature sensor/ External
Temperature Transmitter if provided.
v. Weighted Average Temperature of the Batch
vi. Online Density at ambient temperature
vii. Online Density@ 15 deg C/29.5 deg C (Selectable)
viii. Weighted Average Density of the Batch
ix. Corrected Volume @ 15 deg C/29.5 deg C (Selectable)
x. Weighted Average Volume of the batch
xi. Meter-factor
xii. Critical Diagnostic data of MFM
b. Integration with GAIL PLC:
i. ESD signal of IOCL to GAIL
ii. ESD signal of GAILC to IOCL
 Through MODBUS communication on serial interface/ MODBUS TCP(IP)
a. Product tank Level
b. Tank Alarms-HiHi & HiHiHi
c. Open & Close status of ROV in inlet line of tanks
d. Plant ESD
e. Pressure
i. From GAIL PLC to plant

 Through MODBUS communication on serial interface / MODBUS TCP(IP)


a. Open and Close Status of Station Inlet Valves.
b. Open & Close Status from Pipeline-end exchange pit valves.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 156
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

c. Alarms ( When MFM reading equals or crosses the Safe Ullage of receipt tank)
d. Mass Flow Meter readings.

7.0 Tank Farm Management System


The Tank Farm Management Systems (TFMS) shall be a complete inventory management
gauging system for the entire Stroage vessels. The Tank farm system shall get real time
accurate measurement of the basic parameters like Gross level, temperature &pressure for all
the LPG Stroage vessels.
TFMS, should have inbuilt system of Level Alarms i.e. Low, Low-low, High, High-High and High-
High-High; Pressure H, HH; Temperature H. HH. Levels for these alarms shall be decided on
case to case basis but in any case High-High-High shall be the safe filling height of the Stroage
vessel. Once these levels are set, only system administrator shall have the power to make any
change. Such critical changes shall have the provision for audit trail.
Existing TFMS system shall mainly consist of following components
a. Enraf Radar level gauge for A/G Bullet & Horton Sphere
b. Rochester level gauge for Bullet and Servo gauge for Sphere
c. Temperature transmitter on Liquid Line
d. Pressure transmitter
e. Tank side indicators at LPG Pump house
f. Secondary Radar Level Gauge
g. Tokoyo Keiso High Level Switch
h. Redundant Communication interface units (CIU) for Enraf gauge
Existing hardware of TFMS system shall also be interfaced with TFAS. Suitable GUI to be
developed in OIC for following parameters:
i. Vessel Type
ii. Vessel capacity
iii. Safe vessel capacity.
iv. Level.
v. Ullage
vi. Pumpable Volume
vii. Gross Volume as % of safe vessel capacity.
viii. Density (on OIC/ GUI)
ix. Vessel product temperature
x. Vessel vapour temperature
xi. Vessel Mode- i.e. Delivery/Receipt/Dormant/Maintenance/Receipt Sequence/ Dispatch
Sequence/ Inter vessel transfer etc.
xii. Comand and Status of ROV on Receipt cum dispatch Liquid line, Branch Liquid line for
each vessel, Vapour line of each vessel, Pump house manifold, Compressor line
manifold.
xiii. Discharge/Receipt rate of flow.
xiv. Vessel-wise logged data.
xv. Level , Pressure Temperature trend- both real time and historic as required.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 157
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

xvi. Vessel-wise event log report.


xvii. Settings of level alarms.
7.1 Interfacing with SAP
TFMS need to have interface with SAP through existing LRC Server. Exsting TAS shall transfer
following logged details at a pre-determined time to SAP as well as into a separate file
everyday at a fixed time for product accounting. This separate file shall be called “Gauge Book-
TFMS”. However, the data transfer would be as per SAP- TFMS protocol.
Dip posting for vesselsAuto Dip posting as per the following table to be done.

Separate file created above, should be configurable by system administrator with Id logging &
time. The changes made in file created above should get reflected as exception report with
audit trail.
TFMS shall have provision to generate following reports(indicative).
1) Vessel Receipt/Despatch out-turns.
2) Bulk Stock Ledger.
3) Vessel-wise Logged data report
4) Vessel-wise Tank trend report
5) Exception Report- Vessel-wise & between time period
6) Event Report- Vessel-wise & between time period
7) Alarm Data Report- Vessel-wise & between time period
7.2 Tank Level alarms and its corresponding Control functions:

LEVEL SET POINT ALARM CONTROL FUNCTION


ALARM DETAILS INITIATOR

HI Levels - All Types


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 158
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LEVEL SET POINT ALARM CONTROL FUNCTION


ALARM DETAILS INITIATOR

Hi Hi Hi –(minus) Primary 1. Activating Alarm Annunciation in LED Alarm Display


Vessel specific Radar Unit as well as in OIC
estimated Level Guage
Rise as per (Default) & 2. Alarm Popup with Vessel No.& Product in OIC
drawing/ Secondary
calibration Rochestor 3. At this level system allows the operator to either
chart /servo continue the receipt or close Receipt Line Second line
corresponding Gauge ROV(Gate type) followed by body ROV with his User Id
to (Operator & Password which shall get logged. Before closing the
response time ROV, operator should check/ensure closed status of
of 15 mins X ROV/PCV from GAIL pipeline or Vapour Compressor
location specific based on operator's physical coordination with GAIL PL
Max. product divn /internal people.
receipt Flow 4. If Vessel is in Inter Vessel Transfer mode, popup
Rate in LPM) window with appropriate message will be displayed by
OIC and allows to either continuing transferring the
product or Operator to close Receipt line Second line
ROV(Gate type) followed by body ROV with his User Id
& Password. However, Operator has to stop the LPG
pumps and Compressor prior to ROV closure.
Operator- Hi Hi –(minus) Primary If there is another Vessel in Receipt sequence mode,
Hi Vessel specific Radar system should activate Alarm Annunciation in LED
estimated Level Guage Alarm Display Unit as well as in OIC
Rise as per (Default) If there is another Vessel in Receipt sequence mode
drawing/ &Secondary and product reaches this level then switching over of
calibration Rochestor the vessel should take place successfully by opening of
chart /servo receipt line ROV of the Receipt Sequenced tank,
corresponding Gauge followed by closure of the subject tank's receipt line
to (Operator ROV closure simultaneously
response time If receipt in the vessel in Receipt Sequenced Vessel
of 5 minutes X doesn't start for any reason whatsoever, popup
location specific window with appropriate message” Vessel Sequencing
Max. product Failed “ shall be displayed on OIC and operator would
receipt Flow be required to take further necessary corrective action
Rate in LPM) either for manual switch over or ensure that further
receipt into the Vessel is stopped before it reaches Hi
Hi level and close receipt Second line ROV(Gate type)
followed by body ROV.
HiHi HHH–(minus) Primary 1.Activating Alarm Annunciation in LED Alarm Display
Vessel specific radar Unit as well as in OIC
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 159
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LEVEL SET POINT ALARM CONTROL FUNCTION


ALARM DETAILS INITIATOR

estimated Level &Secondary 2. Alarm Popup with Vessel No & Product in OIC
Rise as per Rochestor
drawing/ /servo
calibration Gauge 3. Sending Distress signal to Pipeline from Safety PLC /
chart stoppage of TLD Compressor/ IVT pump /Compressor
corresponding as the case may be. If Tanker decantation
to (Operator compressor/IVT pumps are not dedicated, stop all
response time Compressors and pumps and close ROVs on the
of 10 mins X receipt line in case of Tanker Decantation and in case
Max. product of IVT, close ROV of both the vessel involved.
receipt Flow 4. Pipeline System in turn will close pipeline inlet
Rate in LPM) ROV/PCV valve (linked to their ESD) and provide ‘valve
closed’ feedback signal to safety PLC of Bottling plant.
In case of bulk Tanker decantation, closure status of
the compressor to be available in Safety PLC.
5. Upon receipt of ‘valve closed’ feedback from
Pipeline or Tanker decantation compressor as the case
may be, Safety PLCshall close the ROV at vessel inlet
along with exchange pit ROV.
6. If closed feedback signal from Pipeline PLC or for
Tanker decantation pump is not received in 150 secs,
either of the following should happen :
a) As the receipt from GAIL PL and LPG Plant has
exchange pit ROV /PCV, hence Safety PLC shall close
the exchange pit ROV and on receipt of main
receiptline closed feedback, shall close the Tank inlet
ROV. In case exchange pit ROV closed feedback not
received within 150 Secs then Safety PLC shall issue
the close command for the Vesselsecond line ROV
(gate) and after 60 secs (configurable) issue close
command for closure of ROV to avoid surge in the
pipeline.
6. In case close feedback is not received in the system
from ROV of respective lines, Operator has to alert
others for necessary actions.
HiHiHi High level High Level 1.Activating Alarm Annunciation in LED Alarm Display
alarms shall be Switch Unit as well as in OIC.
set at not more Audio visual indication shall be at local panel in LPG
than 85% level pump house & control room.
of the 2. Alarm Popup with Vessel No.& Product in OIC
volumetric
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 160
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LEVEL SET POINT ALARM CONTROL FUNCTION


ALARM DETAILS INITIATOR

capacity of the 3. Sending Distress signal to Pipeline PLC from Safety


vessel PLC) for closing pipeline station inlet valve linked to
their ESD / stoppage of tanker decantation/ IVT pump/
Compressor as the case may be. If Tanker decantation
/IVT pumps are not dedicated, stop all pumps and
close ROV on the receipt line in case of TW
decantation and in case of ITT close ROV line of both
the vessel involved.
4. On actuation of high level alarm, safety PLC will
close the ROVs of the affected vessel.

5. In case close feedback is not received in the system


from either ROV of respective lines, within 60 seconds
(configurable) ESD will be activated.
Note : Wherever / as long as provision of feedback receipt from Pipeline or exchange pit ROV/PCV
regarding their isolation valve is not available, Safety PLC will close the Vessel second line ROV
(Gate) followed by body ROV without waiting for the feedback.

The arrangements that are proposed for receipts by pipelines/tankers/tank wagons/ITT should also
be made for transfers to OMCs and vice-versa.

LEVEL SET POINT ALARM CONTROL FUNCTION


ALARM DETAILS INITIATOR
Low Levels - All Types
Low Configurable, Primary 1. Activating Alarm Annunciation in LED Alarm Display
Vessel specific Radar Unit as well as in OIC
estimated level Guage 2. Alarm Popup with Vessel No.& Product in OIC
drop as per (Default)
calibration chart &Rochester 3. If tank is in Dispatch sequence mode then switching
corresponding /Servo over of the Vessel should take place successfully once
to max product gauge the product reaches this level, followed by closure of
outflow in 5 the subject Vessel's delivery line ROV closure after
minutes above getting the open feedback from the ROV of delivery
low-low level. line of sequenced Vessel.
4. If none of the vessel is in Dispatch sequence Mode,
or the vessel in dispatch sequence mode doesn't start
the dispatch for any reason whatsoever, popup
window with appropriate message will be displayed
on OIC and allows Operator to either continue the
delivery or close Delivery Line ROV of the vessel with
his User Id & Password. However, Operator has to
stop the concerned Dispatch LPG pumps prior to valve
closure.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 161
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LEVEL SET POINT ALARM CONTROL FUNCTION


ALARM DETAILS INITIATOR
5. If Vessel is in Inter Vessel Transfer Mode, popup
window with appropriate message will be displayed
on OIC and allows Operator to either continue the
delivery or close Dispatch line ROV of the dispatch
vessel with his User Id & Password. However,
Operator has to stop the pumps prior to valve closure.

Low Low VesselDelivery Primary 1.Activating Alarm pop window in OIC


Nozzle plus Radar
Vessel specific Guage 2. Stopping all concerned Delivery LPG Pumps and
estimated Level (Default) & compressor.
as per drawing/ Secondary 3. Upon receipt of “pump /Compressor stopped”
calibration chart Gauge feedback, close Dispatch line ROV of the Vessel.
corresponding
4. If “Comressor/pump stopped” feedback is not
to (10 mins
received in 60 secs, close dispatch line ROV of the
max product
vessel.
outflow as per
max installed
Note - For product withdrawal below Low Low level,
pumps capacity)
Vessel has to be assigned to maintenance mode.

Fire Water Level Alarms


Fire Configurable as Level 1. Activating Alarm Popup window on OIC
Water per user Gauge 2. Starting all designated bore-well pumps.
Tank Low requirement
3. In case any or all bore-wells fail to start, alarm
Level
should appear on OIC with bore-well number.
Alarm
Fire Configurable as Level 1. Activating Alarm Popup window on OIC
Water per user Gauge 2. On reaching high level, all operating bore-well
Tanks requirement pumps to stop automatically
High Level 3. In case any or all bore-wells fail to stop, alarm
Alarm should appear on OIC with bore-well number.

In case Hi-Hi-Hi level alarm is actuated at the location, system should send an SMS to location
in-charge and State Operations Head
There need to be an inbuilt system to check the efficacy of the system at regular intervals.

8.0 Control & Monitoring Philosophy

1. LPG pumps, LPG Compressors, Air Compressors, service water pumps START/STOP
operation shall be from Local Control station (LCS) aswell as from Control room.
2. MCC will have only STOP push button.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 162
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

3. All ROV’s are pneumatically operated ROV’s will be locally operated through lever and
remotely through PLC located in control room/ ROV panel.
4. Local/Remote Selection facility for the valves will not be provided. Status indication of
valves shall be displayed in the TFAS SCADA located in control room.
5. Separate Work station shall be provided in the control room for displaying status of fire
fighting and Gas detection system.
6. ROV’s of individual bullet/ sphere shall be closed when high level alarm and high pressure
signal of respective bullet. Control signal are interfaced to exiting Honeywell PLC shall be
shifted to new Safety PLC..
7. All ROV’s should be closed on the event of receipt of signal from Fire fighting system.
8. For Signal of Low low level from selected bullet shall close the ROV.

8.1 Pump Operational & Control Philosophy

Bulk tanker loading automation including instrumentation of loading pumps is not included
in scope of this work package. However, the logics have been defined in this section to
ensure compatibility of the same to the system already provided as Vessel truck loading.
However, cabling (including cables and accessories) and hooking up of all automated valves
in LPG bullet/sphere manifold, Pump house manifold and ROVs on pipelines going to Vessel
truck gantry, are included in scope.

All the pumps/motors operations (Start/Stop) of LPG Pumps, both bottling and Vessel truck
loading shall be from PLC system (Remote operation). Loading / Bottling Pumps first start
command shall be initiated from field mounted Group start switch (One at TLD and other at
filling shed).

8.1.0 Pumps for Loading Operation

8.1.1. All LPG product pump have conventional starter with auxiliary contacts connected to existing
GE PLC. New Automation vendor shall map all command and status signal (of all pumps,
compressor, pump demand - existing batch controller) from existing GE PLC to new TFAS PLC
for implementation Tank Farm Automation System (TFAS).

8.1.2. All operation shall be interlocked with the level of product in the BULLET/Sphere .e.g. If the
level in the BULLET is low, respective pump shall not start or if it is in running condition it
shall trip the pump and ROVs of that BULLET shall be closed.

8.1.3. For following product pumps groups for pump operation system has been envisaged.

Product groups:
 LPG Loading Pumps –Bulk Tanker (BT)
 LPG Bottling Pumps - Filling Carousal.

8.1.4. Each group of pump or individual pumps shall be operated through MCC Interface to existing
PLC.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 163
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

8.1.5. These pumps can be operated in following modes:


 Remote Auto mode
 Local mode at P/H

8.2. Remote Auto mode:

8.2.1. For all pumps Local/Remote mode selector switches shall be provided in the PMCC Panels
to put it in to Remote/LocalMode. In this mode of operation, PMCC Panel selection shall be
`Remote’ (Auto). When Remote/Local is placed in Remote mode, existing TAS PLC will
automatically select “Remote Auto Mode”

8.2.2. The system shall work in conjunction with the main TAS system/ LRC system to exchange
information / data / commands.

8.2.3. The initial start command for pumps in group shall always be received from field (RIT start
command to BCu and pump demand to PLC) by TAS after lining up of Bulk Truck (TT) for
loading operation as well as for filling carousal. TAS shall communicate these signals to
MCC Panel after selection of first pump to run and Auto standby mode for remaining
pumps in group.

8.2.4. Operation of all LPG Pumps shall be carried out from new TFAS PLC. For each group, the
start command (and stop command) shall be provided by TFAS to existing GE PLC and TFAS
shall monitor the pumps. The TFAS shall provide Remote-Auto- Manual selection on
`Remote’ mode and provide start command when the system is ready.

8.2.5. Major stop command for each group shall be generated from the TFAS for stopping the
loading operation in case of emergency.

8.2.6. Selection of the pump motor which should start first shall also be possible from TFAS.

8.2.7. Selection in the manual mode to start from the SCADA screen shall be possible from TFAS.

8.2.8. In case, if the Master motor (the one which is running) trips on a fault, if a group motor
which is running on selected Standby mode, the operation shall continue with other
motors.

8.2.9. When the “Group start Command” is active, Individual motor start commands for that
group shall not be accepted unless it is selected in “Local” mode.

8.3 Local Mode

8.3.1 Local mode shall be selected when the Selector on the PMCC Panel is put into “Local”
position.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 164
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

8.3.2 In the local mode each motor can be started / stopped from its Push Buttons at Pump
House.

8.3.3 All product pumps shall be started / stopped remotely from control room in remote mode,
while these pumps can also be operated locally from pump house Push buttons in local
mode if Remote/Local switch at PMCC panel is positioned to Local mode.

8.4 Pumps other than Loading Operation

Local-Remote selector & start stop switch installed on PMCC Panel. On Remote mode, pump
can be started from TFAS.

Notes:-

MCC panel shall be selected for Remote Mode to start pumps automatically through TFAS

1. Check the position of LOCAL– remote switch is at “REMOTE” position.

2. Check the stay put type stop Pump button at Pump House is not activated (Not Latched).

3. Group start command shall be received for initial start of Master Motor of each group from
loading Gantry Remote Interaction Terminal (RIT) located near loading arm

4. On Electric Power ‘Mains’ failed, all pumps will be tripped. To enable restart of pump in each
group on ‘Remote mode’ individual group reset switch provided in TFAS PLC shall be
activated.

5. Auto operation logic in TFAS PLC shall be latched type, however, the output to MCC shall be
Pulse type (Similar to start Push Button pulse input) for MCC. The starter Circuit in MCC shall
have latching provision to run the motor on Remote as well as on Local Mode. Separate trip
/ stop pulse shall be generated through TFAS PLC for stopping the pump.

6. Upon receipt of start pump request from Gantry, Master Motor shall start.

7. TFAS shall send a common STOP signal, once for each group, to stop the pump of associated
group. This will include manual stop, emergency stop and interlock stop.

8.5 Loading Pumps and valve Philosophy

Loading pumps can be operated for simultaneous transfer to Bulk Tanker (BT), Filling
Carousal.The control room Operator will have choice, depending on demand, to select any
twoof the three operations. (Two out of Three logic)

 Hand switch on operator work station for ROV shall be two position latched at each
position type, one position for open command and one position for closed command.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 165
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Once pump group is selected, the product outlet valves (suction header inlet valves)
located near BULLET/Sphere, will be automatically opened, if not already opened
manually (If any of the valve is opened manually, there will be a valve Sequence
failure alarm displayed and it will not permit auto operation from TFAS PLC. After
suction header inlet valves opened, the selected group pumps shall be enabled for
start-up.
 Any vessel is selected for receiving mode, it will not be permitted to be used
simultaneously for loading mode and outlet valve at vessel, on the line joining to
pump suction header will not be allowed to open.
 In order to achieve positive interlocks. Position switches shall be used for interlocks
to ensure the valve open / close condition as per operational requirement and for
generating Valve Sequence failure alarm purpose.

 Valve Sequence failure alarm:- If valve does not reach to it’s desired position
(position switch feedback not received) within 30 Sec from the time of open / close
command is given, valve sequence error alarm shall be generated, logged and used in
applicable interlocks and represented on graphic pages.

 Pump group selector switch for main pumps and standby mode pumps located on
operator work station shall be two position type latched at each position. Operator
will have to deselect the associated pump after purpose is served / at the end of the
day.
 At a given time only one Vessel will be lined up for loading operation

9.1 Functional Logic Description

The functional logic mentioned here is indicative, it is provided to help bidder to estimate
quantum of work & write his own functional logics based on the information available here
& with use of cause & effect tables. Successful Bidder shall be provided with complete
Functional Logic description, however he shall prepare detailed functional Logic Diagrams
and submit the same for approval.

8.7 Pre-Requisite Conditions


 Emergency shutdown logic normal and reset (Reset switch activated).
 Product vessel selected for loading mode (Vessel body inlet / outlet ROV open
&Vessel outlet ROV(Gate) open) and low-low level alarm not activated for selected
Vessel.
 Product Vessel selected for receiving mode (Vessel Body inlet / outlet ROV open
&Vessel inlet ROV open) and high-high level alarm not activated for selected vessel.
 All selected Vessel connection to suction header should be open.
 Electric mains failure interlocks normal and reset.

9.2 Master Motor Start Logic:


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 166
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

8.2.1. Vessel selected for loading mode Inlet / Outlet valve open & Low- Low level alarm not
activated.
8.2.2. Emergency Shutdown Logic normal and reset .
8.2.3. Corresponding suction header inlet from selected vessel opened. Only after ascertaining
the opening of suction header valves, Pump suction and discharge ROV shall be opened by
operator.
8.2.4. Pump start command received from field through Batch controller or Manual start
command from Group start switch located at field vessel
8.2.5. Pump suction low-low pressure alarm normal.
8.2.6. Pump discharge low-low pressure alarm normal after …… sec time is elapsed from the
pump start command is sent.
8.2.7. Seal cooling / flushing Pumps running and Discharge header low-low pressure alarm
normal .
8.2.8. Pump seal chamber low-low level alarm normal .
8.2.9. Pump seal chamber high-high pressure alarm normal .

8.3. Master Motor Stop Logic –

8.3.1 Emergency Shutdown Logic activated.


8.3.2 Vessel selected for loading mode Inlet / Outlet valve open & Low- Low level alarm
activated.
8.3.3 Electric mains failure activated.
8.3.4 Vessel selection failed (valving error).
8.3.5 Suction header line-up failure (valving error).
8.3.6 Master Motor selected trips
8.3.7 Pump suction low-low pressure alarm activated.
8.3.8 Pump discharge low-low pressure alarm activated after …… sec time is elapsed from the
pump start command is sent.
8.3.9 Seal cooling / flushing Pumps stopped / Tripped / Tripped) and / or Discharge header low
low pressure alarm activated.
8.3.10 Pump seal chamber low-low level switch activated.
8.3.11 Pump seal chamber high-high pressure Switch activated.
8.3.12 Operator stop command activated from CR PLC .
8.3.13 Operator stop command activated from field.

9.0 Modes of Storage Vessel:

Storage vessels can be kept in either of the modes given here under. OIC Screen for
changing the Storage vessel mode shall be password protected. Shift In-charge should be
able to change the Storage vessel Mode through OIC. Login ID of the shift in-charge shall be
logged in the system whenever the mode of the Storage vessel is changed. This activity shall
be logged in the system as an event and shall have provision for audit trail.

a) Receipt Mode – Pipeline from GAIL, Bulk Tanker Unloading


b) Delivery Mode – Auto LPG tanker loading, Bulk Tanker loading, Cylinder Filling
c) Receipt Sequence Mode
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 167
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

d) Dispatch Sequence Mode


e) Inter-Storage vessel Transfer Mode
f) Water drain operation mode
g) Dormant Mode
h) Maintenance Mode

Operation of Storage vessel Mode Selection

1. Default Vessel Mode will be Dormant Mode


2. Select Required Mode from combo Box given under Storage vessel Mode for each Vessel/
Sphere.
3. “Is Storage vesselwater draining completed” (if vessel being selected is for delivery
immediately after receipt) or “Is Gauging & Sampling Done” (if vessel being selected is for
receipt) popup message shall appear with YES or No buttons. If user selects “YES” then
system will prompt to “Confirm” the mode setting. If “NO” is selected, vessel will remain in
Dormant mode.
4. Confirmation button is to be pressed to confirm the mode selection.
5. User will be prompted for User Id & Password (minimum supervisor level privilege required).
6. If user Id and Password is invalid, then Vessel mode shall remain unchanged.
7. If user is valid, system will operate appropriate valves after checking the prerequisite
interlocks.
8. Confirmation button will be disabled after successful mode setting by the system to avoid
multiple mode setting. Only Stop mode button will be available at this time. Vessel mode
can be stopped if required. User will be prompted for User ID & password (minimum
supervisor level privilege is required).
9. Once Mode is stopped, system will allow user to put Vessel only into dormant mode
thereafter into any other mode if required. System will not check sequenced Vessels for
switch over if Vessel mode is stopped by user.
10. Vessel Mode can be stopped by user at any point of time.
11. Normally only one Vessel can be put on receipt/ dispatch mode. However, based on Site
Specific requirement, multiple Vessels can be put in Receipt mode if receipt source/line are
different. But if source is same, other Vessel can only be put into receipt sequence. Similarly,
multiple Vessels on can be put in Dispatch mode if dispatch is for different destination like
Tanker Filling, Cylinder Filling etc. But if destination is same, other Vessel can only be put
into dispatch sequence.

a) Receipt Mode: Receipt Mode is for receipt of Product either through GAIL Pipeline, and
Tanker Unloading or during Inter-Vessel Transfer. ROV on common Inlet/Outlet line has
to be in OPEN and ROV on branch line for receipt line has to be open for the Vessel to be
put on Receipt mode. ROV on branch receipt line would open automatically when Vessel
is put on Receipt mode. ROV can be closed from OIC after stopping the Receipt mode by
the shift in charge through his password and his Id should get logged. System would also
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 168
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ask for a confirmation for closure of inlet ROV if Vessel is in Receipt mode i.e. ”Vessel no
--- is in Receipt Mode, Please Confirm if its Inlet ROV no ----- is to be Closed” but would
close by any system generated “CLOSE” command i.e. because of ESD, Storage vessel
Level Alarm or through Push Buttons Station.

Interlock Prerequisites to assign Vessel into receipt mode


 Valving failure not reported within 30 Sec. from time to open command is sent.
 Vessel receiving mode selected and high-high/ high-high-high level alarm normal
 Same Vessel common ROV at inlet/outlet Line open feedback is healthy
 Same Vessel all ROVs on branch line are in closed condition except common ROV at
inlet/outlet line
 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset.
 Instrument Air header low-low pressure alarm normal (Two out of three alarms
normal)
 Operator initiated open command from control room.

b) Delivery Mode: Delivery Mode is for dispatch of product from Vessel to tanker loading,
LPG cylinder filling or for recirculation/inter Vessel transfer. ROV on common
Inlet/Outlet line has to be OPEN for Vessel to be put in Delivery Mode. ROV on branch
delivery line would OPEN automatically when Vessel is put on delivery mode. ROV on
delivery can be closed from OIC after stopping the delivery mode by the shift in-charge
through password and his Id which would get logged. System would also ask for a
confirmation for closure of ROV if Vessel is in deliver mode i.e. ”Vessel no --- is in
Delivery Mode, Please Confirm if its Outlet ROV no ----- is to be Closed” but would
close by any system generated “CLOSE” command i.e. because of ESD, Storage Vessel
Level Alarm or through Push Buttons Station.

Interlock Prerequisites to assign Vessel into delivery mode


 Valving failure not reported within 30 Sec. from time to open command is sent.
 Vessel delivery mode selected and low-low level alarm normal.
 Same Vessel common ROV at inlet/outlet Line open feedback is healthy
 Same Vessel all ROVs on branch line are in closed condition except common ROV at
inlet/outlet line
 ROV in the pump house manifold have been made through for delivery of product
for the Vessel being put under delivery Mode
 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset.
 Instrument Air header low-low pressure alarm normal (Two out of three alarms
normal)
 Operator initiated open command from control room.

c) Receipt Sequenced Mode: Receipt Sequenced mode is for putting the Vessel in
sequence for receipt of product if the Vessel under receipt does not have sufficient
ullage to receive the parcel Vessel can /would be put in receipt sequence mode only if
 One of the Vessels is under Receipt mode.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 169
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 ESD is not active


 Vessel Level should not be HiHi / HiHiHi
 Vessel common ROV at inlet/outlet Line open feedback is healthy
 Same Vessel all ROVs on branch line are in closed condition except common ROV at
inlet/outlet line

d) Dispatch Sequenced Mode: Dispatch Sequenced mode is for putting the Vessel in
sequence for dispatch of product if the Vessel under delivery does not have sufficient
stock to cater the expected demand for the product. Vessel can be put in dispatch
sequence mode only if

 One of the Vessels of the same product is under Delivery mode.


 ESD is not active
 Vessel Level should not be Low-Low
 Same Vessel common ROV at inlet/outlet Line open feedback is healthy
 Same Vessel all ROVs on branch line are in closed condition except common ROV at
inlet/outlet line
 ROV in the pump house manifold have been made through for dispatch of product
for the Vessel being put under Dispatch Sequenced Mode

e) Inter Vessel transfer Mode

1. Vessel can be either in Inter Vessel Receipt (ITR) Mode or Inter Vessel Transfer
Dispatch (ITD) Mode.
2. System would not allow having more than one Vessel in either ITR mode or ITD
mode.

Pre requisite interlocks for Inter Vessel Receipt Mode,

 ESD is not Active


 Vessel Level should not HiHi/HiHiHi
 Vessel common ROV at inlet/outlet Line open feedback is healthy
 Same Vessel all ROVs on branch line are in closed condition except common ROV
at inlet/outlet line

Pre requisite interlocks for Inter Vessel Dispatch Mode,

 ESD is not Active


 Vessel Level should not be Low low
 Vessel common ROV at inlet/outlet Line open feedback is healthy
 Same Vessel all ROVs on branch line are in closed condition except common ROV
at inlet/outlet line

All valves are to be operated manually on remote (not through system generated
command) when Vessel is in inter Vessel transfer receipt or dispatch mode.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 170
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

f) Dormant Mode: When there is no operation on the Vessel, Vessel should be kept under
dormant mode. For putting the Vessel in dormant mode, earlier mode should be
stopped. Vessel can be put into dormant mode through password. On putting the Vessel
into dormant mode, ROV on common inlet/outlet line, Receipt, Delivery and carousal/
Evacuation return line would close. Dormant mode is the default mode. Vessel can be
put into any mode from dormant mode if pre requites of the selected mode are fulfilled.

g) Maintenance Mode: If Vessel is to be taken for maintenance, it needs to be kept under


Maintenance Mode through admin password with logging of Id. To put the Vessels
under Maintenance mode common inlet/outlet line, Receipt, Delivery and carousal/
Evacuation return line ROVs have to be in closed condition.

Common line ROV can be opened or closed any number of times when Vessel is in
Maintenance mode, however, Delivery branch line ROV should open only with admin
password and id shall be logged.

Under maintenance mode product can be drawn even below the LL level but receipt
branch line ROV cannot be opened.

Under Vessel maintenance mode, system should not generate Low-Low level alarm.

The following are pre requisite interlocks,


 ESD is not Active

9.1 Vessel Sequencing:

Vessel Sequencing is required to be done for Receipt and Dispatch when Vessel under
receipt does not have sufficient ullage to receive the full batch or Vessel under delivery does
not have sufficient stock to meet the demand for the day.

Receipt Sequence Mode

1. Receipt Sequence mode will be available only if one of the vessel is selected for Receipt
Mode
2. Select the Vessel for Receipt sequence Mode.
3. Receipt Sequence Vessel for receipt can be assigned at any point of time but before reaching
System Operator-Hi level of Receipt Vessel.
4. During receipt mode of a Vessel, system will continuously monitor/check if any other Vessel
is assigned for Receipt Sequence mode.
5. If System Operator-Hi level of the Vessel is reached and no other Vessel is available with
Receipt Sequence mode, now system will popup window with “ Check Receipt Status and
Stop Pumping” message.
6. If System Operator-Hi level of the Vessel is reached and another Vessel is available with
Receipt Sequence mode, system will open branch receipt line ROV of receipt sequenced
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 171
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Vessel and after getting successful open feedback from ROV, system will close branch
receipt line ROV followed by closure of common ROV of Receipt Vessel which was currently
receiving the product.
7. If system does not get open feedback from branch receipt line ROV of the sequence Vessel
within predefined period of time, then it will popup window with “Switch over Unsuccessful”
message and an audio alarm.
8. If the system does not receive close feedback from common ROV & branch ROV of the
Vessel which was currently under receipt within prescribed time limit, it will popup window
with “ROV Failed to Close” with audio alarm.
9. Receipt Sequence Vessel Mode can be stopped by pressing Stop Mode button any time
before switch over with supervisor privilege level. System will prompt appropriate message “
Vessel Sequence will be Disabled” and will ask for User Id/password prior to execute the
action.
10. Vessel can be put into Dormant Mode after stopping the Vessel Mode.
11. Fail to Close/Fail to Open alarm for all common ROV and branch ROV shall be provided in
OIC GUI with audio alarm

Dispatch Sequence Mode

1. Dispatch Sequence mode will be available for a Vessel only when anyone of the Vessel is
selected for Particular Dispatch Mode.
2. Select the Vessel for Dispatch sequence Mode.
3. Dispatch Sequence Vessel for Dispatch can be assigned at any point of time but before
reaching system Low level of Dispatch Vessel.
4. System will continuously monitor if any other Vessel is assigned for Dispatch Sequence
mode.
5. If system low level of the Vessel is reached and no other Vessel is available for sequence,
now system will popup window with “Check Dispatch Status and stop delivery pump”
message
6. If system low level of the Vessel is reached and another Vessel is available for dispatch
sequence, system will open branch delivery line ROV of the Vessel in dispatch sequence and
after getting open feedback from branch ROV, system will close branch delivery line ROV
followed by common ROV of delivery Vessel which was currently delivering the product.
7. If system does not get feedback from branch ROV within predefined period of time, then it
will popup window with “Switch Over Un successful” message with audio alarm.
8. If the system does not receive close feedback from common ROV & branch ROV of the
Vessel which was currently under dispatch within prescribed time limit, it will popup window
with “ Coomon ROV/Branch ROV Failed to Close” with audio alarm.
9. Dispatch Sequence Vessel Mode can be stopped by pressing Stop Mode button with
supervisor privilege level at any point of time. System will prompt appropriate message
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 172
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

“Vessel Sequence will be Disabled” and will ask for User Id/password prior to execute the
action.
10. Vessel can be put into Dormant Mode after stopping the Vessel Mode.
11. Fail to Close/Fail to Open alarm for all branch ROV and common ROV shall be provided in
OIC GUI.

Remote operation of Vessel Valves:

Storage Vessel are provided with Common inlet/ outlet Line - ROV (pneumatic (PN) & branch
line valve- ROV for Receipt, Delivery and carousal/ Evacuation return connected to common
line ROV shall have the following modes of operation.
a) Local
b) Remote

Remote Mode:
In Remote mode, ROV shall accept commands from the following:
1) Closure command generated by the system i.e. ESD & TFMS Level Alarms.
2) Close/Open command from the hardwired push buttons located in ROV panel.
3) Close/Open command given by Operator from Operator Interface Console (OIC).
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 173
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ESD and ON/OFF VALVES OPERATING LOGIC

Please refer list of automated valves in annexure -1 of this document

10.1 VESSEL -1 (Logic is defined for Vessel 1, similar logic shall apply for Vessel 2 to 6)

10.1.1 Inlet/Outlet Valve / (ESDV) Open Logic (Vessel 1- B101R, Vessel 2-B201R, Vessel 3- B301R)

 Valving failure not reported within 30 Sec. from time to open command is sent.
 VESSEL 1 Receiving mode selected and high-high level alarm normal or VESSEL 1 Loading
mode selected and low-low level alarm normal.
 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset.
 Instrument Air header low-low pressure alarm normal
 Operator initiated open command from control room.

On opening of Inlet/Outlet Valve of VESSEL while in loading mode, loading selection


permitted (LPG return (Loading, Carousal) line B207B &Vapour Balancing Valve B120R
open) and on opening of Inlet/Outlet Valve of VESSEL for receiving mode, loading not
permitted (LPG return line B207B&Vapour Balancing Valve B120R open).

10.1.2 VESSEL Liquid Return valve open logic (For vessel 2 –B207B, For Vessel 3- B307B, For Vessel
1- B107B,)

 If VESSEL 1 selected for Loading mode and low-low level alarm normal and inlet/outlet
valve open (ROV-B101R open).
 VESSEL not selected for Receiving Mode.
 LPG Compressor Running and valve at unloading position and VESSEL high-high level
alarm normal for B307B.
 Operator initiated open command from control room .
 Instrument Air header low-low pressure alarm normal
 ESD trip interlock is healthy and reset (Reset switch activated).
 Fire Alarm normal and reset.
 Valving failure not reported within 30 Sec. from time of open command is sent.

10.1.3 Vessel Vapour Balance valve open logic (For Vessel 1- B120R, For vessel 2 –B220R, For
Vessel 3- B330R)
 If VESSEL 1 selected for Loading mode and low-low level alarm normal and inlet/outlet
valve open B101R open) OR VESSEL selected for Receiving Mode.
 LPG Compressor Running and valve at Depressurizing mode.
 LPG Compressor Running and ROV at unloading position.
 Operator initiated open command from control room
 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 174
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Instrument Air header low-low pressure alarm normal.


 Valving failure not reported within 30 Sec. from time of open command is sent

10.1.4 Inlet/Outlet Valve / (ESDV) Close Logic (Vessel 1- B101R, Vessel 2-B201R, Vessel 3-B301R)
 Emergency shutdown logic activated.
 Vessel-1 receiving mode selected and high-high level alarm activated or Veesel-1
Loading mode selected and low-low level alarm activated.
 Valving error reported.
 Vessel 1 selected for Receiving mode & Vapour Balancing Valve B120R close or Vessel-1
selected for Loading mode & Vapour Valve B120R close.
 Fire Alarm activated.
 Instrument Air header low-low pressure alarm activated
 Operator initiated close command from control room.
 Valving failure reported within 30 Sec. from time of open command is sent.

10.1.5 Vessel Liquid return valve close logic (For Vessel 2 –207B, For Vessel 3- 307B, For Bullet 1-
Vessel-B107B)
 If Vessel -1 selected for loading mode and low-low level alarm activated and / or
inlet/outlet valve close B101R close).
 Vessel-2 selected for Receiving Mode.
 LPG Compressor Running and valve at unloading position (Valve not open),
 LPG Compressor Running and valve at unloading position (Valve open) and Bullet-2
high-high level alarm activated.
 Operator initiated close command from control room.
 Instrument Air header low-low pressure alarm activated (two out of three alarms
activated)
 ESD trip interlock is activated
 Fire Alarm activated.
 Valving failure reported within 30 Sec. from time of open command is sent.

10.1.6 BULLET Vapour valve close logic (For Bullet 1- B120R, For bullet 2 -B220R, For Bullet 3-
B320R):

 Operator initiated close command from control room.


 Instrument Air header low-low pressure alarm activated
 ESD trip interlock is activated.
 Fire Alarm activated.
 Valving failure reported within 30 Sec. from time of open command is sent.

Same line from Bullet is used for receipt from TLD/GAIL Pipeline and for unloading to Bulk tanker
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 175
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

10.1.7 LPG transfer to TT Gantry valve open logic ( from Bullet then ROV-V013B& ROV-V015B;
From Sphere then V012B & V016B))
 If Transfer to TT Gantry is selected by CR Operator
 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset
 Instrument Air header low-low pressure alarm normal
 Operator initiated open command from control room .
 Valving failure not reported within 30 Sec. from time of open command is sent

10.1.8 LPG decantation line from TT Gantry valve open logic (to Bullet then V013B & ROV-V015B;
to Sphere then V012B & V016B))

 If Transfer to TT Gantry is selected by CR Operator


 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset
 Instrument Air header low-low pressure alarm normal
 Operator initiated open command from control room.
 Valving failure not reported within 30 Sec. from time of open command is sent

10.1.9 LPG transfer to TT Gantry valve close logic (ROV-V013B)


 ESD trip interlock is activated
 Fire Alarm activated
 Instrument Air header low-low pressure alarm activated (two out of three alarms
activated)
 Operator initiated close command from control room .
 Valving failure reported

10.1.10 LPG transfer to LPG Bottling and return from LPG Bottling valve open logic
(V024B&V028B)

 If Transfer to LPG Bottling is selected by CR Operator


 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset
 Instrument Air header low-low pressure alarm normal (Two out of three alarms normal)
 Operator initiated open command from control room and field trip station.
 Valving failure not reported within 30 Sec. from time of open command is sent

10.1.11 LPG transfer to LPG Bottling and return from LPG Bottling valve close logic (V024B &
V028B)
 ESD trip interlock is activated
 Fire Alarm activated
 Instrument Air header low-low pressure alarm activated
 Operator initiated close command from control room or field trip station.
 Valving failure reported
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 176
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

11.0 LPG from GAIL to LPG Plant valve open logic (to Bullet then B13B –OPEN, B15B Close, V09B
Open)
 LPG Pipeline receipt selected by CR Operator
 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset
 Instrument Air header low-low pressure alarm normal
 LPG from GAIL selected
 LPG from GAIL header upstream of V09B high-high pressure alarm normal.
 Operator initiated open command from control room .
 Valving failure not reported within 30 Sec. from time of open command is sent

12.0 LPG from GAIL to LPG Plant valve close logic ((to Bullet then B13B –OPEN, B15B Close,
V09B Open)

 LPG Receipt from Pipeline not selected by CR Operator


 ESD trip interlock activated
 Fire Alarm activated
 Instrument Air header low-low pressure alarm activated
 LPG from GAIL header upstream of V09B high-high pressure alarm activated.
 Operator initiated close command from control room .
 Valving failure reported

9.0 LPG to Loading Arm Valve open logic (ROV 01 to POV 07):-
 ESD trip interlock is healthy and reset (Reset switch activated)
 Fire Alarm normal and reset
 LPG to TT Gantry Header ROV open (ROV-V013B & V015B open)
 Any one BULLET Selected for Loading and Vapour Balancing Valves open
 Batch Controller of the concerned bay - Start command given from TT Gantry and
Periodic actuation of Dead Man’s Switch from TT Loading Arm.
 Operator initiated open command from control room.
 Valving failure not reported within 30 Sec. from time of open command is sent

10.0 LPG to Loading Arm Valve close logic (ROV 01 to POV 07)
 ESD trip interlock activated
 Fire Alarm activated
 LPG to TT Gantry Header valve close (ROV-V013B & V015B open)
 No BULLET Selected for Loading and Vapour Balancing Valves closed.
 None of the three BULLETS selected for Loading
 Batch controller of respective bay not selected
 Batch Controller of respective bay Start command given from TT Gantry and Periodic
actuation of Dead Man’s Switch from respective TT Loading Arm not carried out
 Operator initiated close command from control room.
 Valving failure reported

11.0 DAY ACTIVITIES


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 177
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Activity page to open with login password. Corresponding login details to be logged in data base.

01. Auto Day start page to open. It shall contain following details:

a. RECEIPT
i. PIPELINE RECEIPT [PLT]

1. Vessel selection for liquid


a. B1 [150MT ] total capacity [0MT] actual Qty
b. B2 [150MT ] total capacity [50MT] actual Qty
c. B3 [150MT ] total capacity [100MT] actual Qty
d. B4 [150MT ] total capacity [110MT] actual Qty
e. B5 [150MT ] total capacity [120MT] actual Qty
f. B6 [150MT ] total capacity [130MT] actual Qty
g. SP [1400MT ] total capacity [1200MT] actual Qty

Note:
Liquid vessel selection to be prioritized based on the maximum ullage availability.
If vessel is already in use for TLD unloading, carousel filling, or TLD loading, the same
cannot be used for PLT receipt.

2. Vessel selection for vapour


a. B4 [150MT ] total capacity [110MT] actual Qty

Note:
By default, vapour sucking vessel to be PLT receiving vessel only.
Vapour receiving vessel to be based on lowest pressure.
If the pressure is greater than 11.5Kg/cm2 error auto receipt for PLT cannot be start shall
be popped up.
Incase if PLT is in progress for one type storage cluster, the receipt from TLD to be selected
from other cluster only.
In case of manual operation, provision of selecting any vessel can be done.

3. Compressor Selection
a. C1 Total Running Hours
b. C2 Total Running Hours
c. C3 Total Running Hours
Note: Compressor used for Bulk Tanker unloading, Carrousel filling, TT loading cannot be
used for PLT.

ii. Bulk Tanker unloading


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 178
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1. Vessel selection for liquid


a. B1 [150MT ] total capacity [0MT] actual Qty
b. B2 [150MT ] total capacity [50MT] actual Qty
c. B3 [150MT ] total capacity [100MT] actual Qty
d. B4 [150MT ] total capacity [110MT] actual Qty
e. B5 [150MT ] total capacity [120MT] actual Qty
f. B6 [150MT ] total capacity [130MT] actual Qty
g. SP [150MT ] total capacity [150MT] actual Qty

Note:
1. Liquid vessel selection to be prioritized based on the maximum ullage availability.
2. If vessel is already in use for PLT receipt, carousel filling, or Bulk tanker loading, the
same cannot be used for Bulk tanker unloading.

2. Vessel selection for vapour


Note: In case of Bulk Tanker unloading, vessel selection for vapour dumping will be as the
vessel Selected for liquid receipt.
Note : In case of manual operation, provision of selecting any vessel can be done.

3. Compressor Selection
a. C1 Total Running Hours
b. C2 Total Running Hours
c. C3 Total Running Hours
Note: Compressor used for PLT receipt, Carrousel filling, Bulk tanker loading cannot be used for Bulk tanker
Unloading.

b. Dispatch
i. Carrousel filling

1. Vessel selection for liquid


a. B2 [150MT ] total capacity [130MT] actual Qty
b. B3 [150MT ] total capacity [120MT] actual Qty
c. B4 [150MT ] total capacity [100MT] actual Qty
d. B5 [150MT ] total capacity [80MT] actual Qty
e. B6 [150MT ] total capacity [50MT] actual Qty
f. SP [150MT ] total capacity [0MT] actual Qty

Note: the cluster of vessels used for PLT, TT loading & Bulk Tanker unloading cannot be
selected for carousel filling.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 179
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Note: Only those vessels will be considered for dispatch whose total capacity will be equal
to actual quantity. Otherwise, vessel, which is having maximum quantity availability of
vessel.

2. Vessel selection for vapour


a. B1 [150MT ] total capacity [0MT] actual Qty

Note: selection of vessel for vapour out is same as selected for filling. Selection of vessel for
vapour out is based on the maximum pressure of vessel.
Note : In case of manual operation, provision of selecting any vessel can be done.

3. Pump Selection
a. P1 Total Running Hours
b. P2 Total Running Hours
c. P3 Total Running Hours

Note: Pump used for Bulk Tanker unloading, PLT unloading, Bulk Tanker loading cannot be
used for Carrousel filling.

4. Compressor Selection
a. C1 Total Running Hours
b. C2 Total Running Hours
c. C3 Total Running Hours
Note: Compressor used for Bulk Tanker unloading, PLT unloading, Bulk Tanker loading
cannot be used for Carrousel filling.

ii. TT Loading operation

1. Vessel selection for liquid


a. B2 [150MT ] total capacity [130MT] actual Qty
b. B3 [150MT ] total capacity [120MT] actual Qty
c. B4 [150MT ] total capacity [100MT] actual Qty
d. B5 [150MT ] total capacity [80MT] actual Qty
e. B6 [150MT ] total capacity [50MT] actual Qty
f. SP [150MT ] total capacity [0MT] actual Qty
Note: the cluster of vessels used for PLT, carousel, & Bulk Tanker unloading cannot be
selected for carousel filling.
Note: Only those vessels will be considered for dispatch whose total capacity will be equal
to actual quantity or Selection of vessel for Bulk Tanker loading is based on the vessel
quantity.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 180
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Note: In case of manual operation, provision of selecting any vessel can be done.

2. Pump Selection
a. P1 Total Running Hours
b. P2 Total Running Hours
c. P3 Total Running Hours
Note: Pump used for BT unloading, PLT unloading, Carrousel loading cannot be used for TT
filling.

3. Compressor Selection
a. C1 Total Running Hours
b. C2 Total Running Hours
c. C3 Total Running Hours
Note: Compressor used for BT unloading, PLT unloading, Carrousel loading cannot be used
for TT filling.

Logic and safety interlocks to be developed for following operation.

 Inbuilt logic for preventing frequent opening of PAVs.


 Logic for cold flaring of LPG in LPG pump to avoid vapour lock.
 Logic for smooth vessel changeover without vapour lock occurring
 Logic to sense and react vapour lock conditions
 Logic for operation of new ROVs at LPG pump Suction equivalence to the operation of 3-way
valve (3 way valve is replaced with group of ROVs).

 Existing System
Suction to all three nos. LPG Pumps are provided with Ball valve for receipt from Sphere
and ball valve for receipt from any of the lined up Bullet for either Bulk tanker loading or
Carusal filling followed by three way valve. Three way valve allows suction either from
sphere or Bullet.

 New System
Existing ball valve at suction of LPG pump for Sphere and Bullet shall be replaced with
ROV. Existing 3 way valve shall be dismantled. In order to have interlock between these
two ROV ( i.e. if Suction ROV of Bullet is open then invariably Suction ROV of Sphere shall
be in CLOSED condition and vice versa). The same shall be achieve through interlock in
safety PLC and using 3 way Solenoid valve with common air impulse line to both ROV.
Energisation of Solenoid shall allow air to air filter regulator of one of the ROV and cut off
air to second ROV.

 In case of power failure / ESD operation, the logic for resumption of same set of vessels for
both receipt & delivery.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 181
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Similarly, logic for resumption of ROVs when they get closed due to power failure. When air
pressure reaches the requisite level, all ROVs will open.
 Logic for vessel for evacuation with TLD and without TLD unloading. Similar logic for vessel
selection for bypass line.
 Checks & balances for avoiding migration of product among vessels / passing to LPG
pump/compressors.
 System identifying ROV kept in manual mode.
 Logic for opening valves during water draining.
 In case of closure of body ROV due to HLA actuation, the logic for opening the ROV.
 For any emergency like opening of SRV, leakage from storage vessel, there may be a need
for operating the sprinkler and also transferring the product. Logic for operation of body &
manifold ROVs. How power supply can be made available to ROVs.
 Without cooling water, LPG pump and compressors will trip. Logic and annunciating the
same
Other scenario to ensure safe auto operation of Tank Farm area, LPG pump house & TLD valves
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 182
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TECHNICAL SCOPE
FOR
SUPPLY & WORK
OF
INSTRUMENTATION
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 183
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

CONTENTS

1. GENERAL

2. SCOPE

3. SITE CONDITIONS / QUANTUM OF JOBS

4. APPLICABLE STANDARDS / CODES / RULES

5. INSPECTION

6. CABLE GLANDS

7. WORKS INCLUDED

8. WORKS EXCLUDED

9. EXECUTION METHODOLOGY ( SITE )

10. AS-BUILT DRG.S & DOCUMENTS

11. MATERIALS SUPPLY

12. CONSUMABLE

13. TOOLS & TACKLES

14. SCRAP AND EXCESS MATERIAL

15. PROGRESS MONITORING

16. DEFFECT LIABILITY PERIOD AND BACK-UP GUARRANTEE

17. SPARES

18. COMPLETENESS OF JOB

19. PROTECTION

20. WARRANTY & AMC


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 184
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.00 GENERAL
1.01 The intent of this specification is to define the requirements of complete
instrumentation. Residual engineering, manufacture, fabrication, procurement,
inspection, testing, packing marking, transportation, unloading and safe storage of
items at work site, handling, erection, painting, pre commissioning and
commissioning of instrumentation and preparation of drawings & datasheet for
complete system including PLC based control system,
1.02 As a part of this job all instruments coming in field and Control System including
integration with TFMS & carousal control panel with safety shut-down system with
are to be installed and signals / controls / powers / other utilities are to be hooked
up with these instrumentation.
2.00 Scope :
2.10 The Scope of this Instrumentation in this Package mainly consist of Instrumentation
required for control and monitoring of the Complete plant as per P & I diagram, this
document ,Specifications & other documents attached in tender.
2.11 The scope includes Supply of Inst. / Materials; Installation of Contractor’s supplied as
well as free issue materials; Hook-up, testing/ calibration, commissioning & handing
over to Client of Complete Instrumentation System.
2.12 In case of discrepancy between different documents / clauses of ITB Specifications
the most appropriate one that meet the Plant requirement as decided by IOCL/PDIL
shall be considered as applicable. Where ever the words ’Contractor’ ‘Package
vendor’ ’Vendor’ ’Supplier’ etc .mentioned in the document, these will mean the
successful bidder for this contract.
2.13 The supply portion mainly involves procurement and supply of new field
instruments,erection materials as detailed in the attached documents.
2.14 All Inst. & Erection materials shall be of Makes & models approved by IOCL to follow
Approved Sub-Vendor list attached to enquiry. Specific approval of Owner is to be
obtained for makes outside approved list.
2.15 The erection / installation include Items to be supplied as per the Documents
enclosed and the free issue items.
2.16 The complete instrumentation system shall be provide by the vendor which includes
field instrumentation & hook-up with PLC based control panel, PLC based control
systems, engineering cum operator station, integration with TFMS & carousal control
panel & their graphical presentation in HMI as per the latest P& ID /documents
provided by client, execution of interlocks/shutdown base as per plant philosphy
tender documents/ instructed by client/engineer in charge.
2.17 Hooking-up with Control Systems
2.18 The scope also includes residual Engineering , i.e., the Engineering involved not
covered in this ITB Documents , but essential to complete the Instrumentation job as
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 185
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

per requirements of basic Documents like P & I Ds etc. , site visits by contractor and
discussions/ communications take place from time to time.
2.19 The scope also includes co-operation / assistance with / of System Vendors for the
loops containing the instruments to be procured and to be installed.
2.20 Identifying wires / cables, ferruling / tagging wires / cables / connections;
disconnection, removal to be done by contractor from INSTS in field to the
terminations at Control Room.
2.21 All these to be carried out in close co-ordination with IOCL engineers so as to avoid
damage / stoppage / complications.
2.22 Details of locations ,routing , etc., to be ascertained from IOCL by contractor by
visiting site before quoting.
3.00 (a) Site Conditions -
Vendor is expected to visit the site, ascertain the location, environment,
rules/regulations/laws of the plant/Municipal Corporation/State, Central
Government and other safety requirements specific to plant.
(b) Quantum of job -
 Contractor is also expected to utilize their expertise / experience in
assessing the extent of residual Engineering involved including likely
variations in locations of Installations ,including fire monitoring system.
 Vendor shall visit the site to get a complete knowledge about the
quantum of jobs and quote accordingly.
( c ) The prices quoted shall be inclusive of above factors.
4.00 APPLICABLE STANDARDS / CODES / RULES
4.01 The instrumentation including erection, calibration and testing shall be carried out in
accordance with national, international and Indian Standards & Good Engineering
Practices .The Standards referred herein and mentioned below shall be of the latest
edition valid on the date of issue of this enquiry :
 AGA American Gas Association
 ANSI American National Standard Institute
 ASME American Society of Mechanical Engineers
 ASTM American Society for Testing and Materials
 API American Petroleum Institute RP
 BS British Standards
 DIN Deutsche Industrie Norm
 FCI Fluid Control Institute
 IBR Indian Boiler Regulation
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 186
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 IEC International Electrotechnical Commission


 ISA Instrumentation , Systems and Automation Society
Standards, Recommended Practices and Technical Reports
 IS - 5 Colors for ready mixed paints and enamels
 IS - 2074 Ready mixed paint, air drying, red oxide-zinc chrome priming
 MPMS Manual of Petroleum Measuring Standards
 NACE National Association of Corrosion Engineers
 NEC National Electrical Code
 NFPA National Fire Protection Association
 OISD Oil Industries Safety Directorate
 OSHA Occupational Safety and Health Association
 ASME B 16.xx Flanges , Fittings etc.
 Factories and Labour Act and other statutory requirements, acts and rules
 Manufacturer’s Standards and Practices
4.02 Certification
All electrical apparatus located in Hazardous area , & interfacing devices in safe area
that are hooked up to hazardous area equipment shall be according to IS/ EN
standards, approved by CMRI & CCOE. Copies of CMRI, CCOE approvals for models
shall be provided by vendor.
Copies of CMRI, CCOE approvals for models shall be provided by vendor.
5.0 Inspection
5.1 All Supplies shall be inspected by IOCL as well as IOCL approved THIRD PARTY
inspectors. Quoted prices shall take this into consideration.
5.2 QAP shall be approved by IOCL & Third party Insp. agency.
5.3 QAP in general are included in Tender. Inspection of Instruments shall be as per
equipment catagorization plan to be submitted by Vendor for approval.
5.4 Contractor to discuss & finalize with IOCL, Third party for Inspection;
5.5 Contractor shall also finalize through discussions with IOCL as well as IOCL’s
Approved Third Party agency Inspection procedures / stages of inspection.
5.6 15 days clear notice to be given for inspection with details of date and venue of
Inspection.
6.0 Cable Glands
6.1 Vendor shall supply all cable glands required for glanding the above mentioned
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 187
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

6.2 Cables both at field instrument and PLC / local control panel side, if required,
junction boxes side and at control room side.
6.3 All cable glands shall be of min 304 SS.
6.4 All Cable Glands in Field Instrument side shall be double compression type suitable
for armored cables and single compression type for entries in Panels / Cabinets.
6.5 Flame proof glands wherever required shall be supplied with Ex(d) certification.

7.0 Works included


Contractor scope shall also include, (but not limited to) the following jobs -
7.1 Arranging all necessary test and calibration equipment as per details provided in
specifications.
7.2 Any other work, not specifically listed, but necessary for the successful completion of
instrumentation work defined in this specification. If after getting the order it is
found that Contractor has missed to take into account cost of any item(s) necessary
to complete the work, he shall complete the work as per specifications without any
cost implication to IOCL / EC.
7.3 Unpacking, assorting, physical checking, cleaning and drawl of instruments,
accessories and erection materials at contractor’s own stores and / or from places of
storage, return of left over materials if necessary to Owner’s Stores with suitable
return notes.
7.4 Transportation and handling of instruments, instrument accessories and erection
materials from stores/or from places of storage to work site and/or contractor’s
stores.
7.5 Dust free and air-conditioned storage of instruments if recommended by system
vendor.
7.6 To make arrangements for services such as transport, medical, lighting, canteen etc.
for working round the clock for own staff. To arrange, store in tanks and supply
drinking water to the contractor’s own staff .
7.7 To arrange at own cost, all tools, tackles , jigs , fixtures etc. including heavy lifting
equipments like cranes etc.
7.8 To make arrangement and supply of consumable like welding electrodes, industrial
gases, cleaning fluids ( such as CTC, Kerosene etc.), primer for structural, Teflon tape,
insulation tapes, sealing compound;
7.9 Supply of erection materials such as MS structural ; Inst supports ; clamping
materials like aluminum strips, screws, washers, clamps, GI nuts and bolts of
different sizes, for cables, tubes, trays, racks, impulse tubes ; cable lugs, all
identification ferrules for cables/wires, etc.,
7.10 For the instruments handled by contractor, proper protection should be given.
Contractor is responsible to replace damaged Inst. / items till handing-over to client.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 188
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

7.11 Fabrication of pipe nipples, as necessary including threading as per installation


standards.
7.12 Drilling of holes in blind flanges including cutting threads as required.
7.13 Filling of seal pots with filling liquids, if required, as per the instructions of Engineer-
in-Charge.
7.14 Back / seal welding of screwed fittings as required by standards or as per the
instructions of Engineer-in-Charge. This may involve welding of dissimilar materials
using appropriate electrodes.
7.15 Civil works including the casting of foundation as required for instrument supports
where paved surfaces do not exist. (Including cementing works ).
7.16 Minor civil works like chipping of pavement, grouting of instrument panels / supports
/ stanchions on the pavement, laying of conduits below pavement after chipping and
refinishing of pavement as necessary.
7.17 Rotation of top works of Displacer type level instruments wherever required.
7.18 Rotation of control valve bonnet wherever required.
7.19 Reversing the action of control valves either by replacement of actuator springs,
accessories or Electro-Pneumatic (Pneumatic) positioner wherever required as per
manufacturer’s instructions.
7.20 Minor modification/repairs (restricted to inst. listed in BOQ / specs) required to be
carried out on the instruments namely; replacement of damaged signal tubes on
control valves; tapping of damaged threads on couplings, tees and other fittings;
cleaning of nozzles and relays in pneumatic instruments.
7.21 Painting of all structural supports for trays, pipes, junction boxes, instruments, ducts
as per painting specification or as instructed by Engineer-in-Charge.
7.22 Identification of instruments / impulse lines/manifold connected with alarm/trip
circuit with approved color of paint.
7.23 Punching of tag numbers on items or tag plates wherever required as per
instructions of Engineer-in-Charge.
7.24 Fabrication and installation of pipe stanchion as per Instrument support standards
including casting of concrete pedestal, grouting, welding etc. as necessary.
7.25 Drilling holes for providing glands / grommets on panels, pneumatic enclosures,
junction boxes etc. wherever required for cables / multi-tubes entry.
7.26 Grounding of shields of shielded cables to respective instrument earth bus provided
in the control room/local panel/thermocouple head etc. as required and instructed
by Engineer-in-Charge, if required.
7.27 Laying and termination of Earthing Cable at both ends between instrument earth bus
provided in panel to instrument earth pits provided by other contractors unless
specified otherwise, if required.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 189
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

7.28 Grounding of one of the thermocouple lead in the head using 10 K  resistance
including of supply of resistance for grounded thermocouples , if required.
7.29 Supply of all types of consumables required for the execution of the job without any
exception.
7.30 Sealing of safety valves with standard lead seals after final setting in the presence of
Engineer-in-Charge.
7.31 Whenever stand pipe is considered for level installation the following requirements
are mandatory - (a) stand pipe isolation valves shall be provided , (b) stand pipe
bottom drain and top vent shall be provided, (c) stand pipe bottom connections shall
be taken from side , not from the bottom of Vessel.
7.32 Terminal Connection Diagram wrapped in plastic cover shall be provided inside
Junction Box.
7.33 Coordination during installation by other contractor, pre-commissioning and
commissioning with mechanical and other sub-contractors for proper installation of
on- line mounted instruments like Remote Operated valve, control valve, orifice
assemblies, etc. which involve removal of instruments, disconnection of tubes /
cables; reconnection of same for alignment and proper installation.
7.34 Coordination during pre-commissioning / commissioning with mechanical and other
sub-contractor for proper installation of vessel / equipment mounted instruments
like level transmitters, level switches. Pressure transmitter, differential transmitter
etc. which involves removal of instruments, disconnection of tubes / cables,
reconnection of the same for alignment and proper installation etc.
7.35 Control Room Instrumentation : Complete instrumentation work at control room as
per specifications shall be in the scope of supply and work .
7.36 Vendor shall execute this job with assistance/ supervision of Specialists of Special
Instrument vendors.
7.37 Submission of final material appropriation statements for all the materials issued by
the Owner.
7.38 Additional Work : Where requested by Owner / Engineer-in-Charge or his Authorized
representatives, all or any of the works not detailed shall also be executed as per
IOCL approved SOR rates.
8.0 Work Excluded from Instrumentation Package
8.1 Supply of reducers, stud-nuts, gaskets etc. for on- line instruments and other flanged
Instruments.
8.2 Dismantling of existing Gate valve, Ball Valve, Globe valve, pipeline, 3 way valve etc.
8.3 Installation of line mounted instruments like Remote operated control valves, orifice
plates and flanges, tank level indicators (Mechanical type) etc.
8.4 Impulse and air header line for remote operated valve, Control valve.
8.5 First block valve for instrument tapping points on piping and equipments.
8.6 Lighting in control room.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 190
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

9.6.0 Cables Ducts / Ladder Trays / Perforated Trays / Angle Trays and Supports
9.6.1 Main cable trays shall be of ladder type and shall be laid to bring signals / control /
power from Central Control Room to Filed junction boxes. cable trays are generally
prefabricated as per the drawings , wherever required.
9.6.2 Structural supports for cable trays, cable ducts, ladder trays are to be provided by
automation vendor including foundation. It should be covered in quoted price.
9.6.3 The perforated trays / angle trays shall be properly supported at a regular interval of
maximum of 1500 mm centers,
9.6.4 Trays themselves may be supported by Ladder structures used for above ground
cables / trays. Ladders supported at 1500 mm centers from insert plates or steel
structures. Wherever insert plates are not available supports on concrete structures
and ceilings shall be fixed with minimum 10 mm diameter expansion bolts. Angle
supports for perforated trays/angle trays shall be fabricated from 50 mm x 50 mm x
6 mm MS angles as a minimum.
9.6.5 All supports shall be cut with hacksaw only. Any work executed by gas cutting for
making holes or cutting pieces will be totally rejected. Free ends of angle support
shall not have sharp edges and shall be properly rounded off.
9.6.6 Perforated trays trays shall be used for branch cables and tube from main trays.
Width of trays shall be selected according to number of tubes and cables. Trays shall
be laid generally as per site conditions with the approval of Engineer-in-Charge.
9.6.7 Weldings shall be full welding on all sides so as to avoid entry of moisture through
gaps.
9.6.8 No welding on trays / angles / perforated trays shall be allowed in general. In specific
cases where welding is unavoidable, this shall be carried out as per instructions from
Engineer-in-Charge. For welding, if required, following procedure shall be followed as
a minimum :
a) Remove galvanization thoroughly from the portion to be welded.
b) After welding, clean the welded portion for any slug and sharp edge.
c) Welded portion shall be painted as per procedure
d) Main cable ducts, fabricated ladder type angle trays, MS
Perforated trays and their supports shall be painted as per painting specification
9.7.0 Installation of Multi Tubes and MultiCables -
9.7.1 Tubes & Cables shall always be installed on ducts/trays and shall be properly
clamped. At every vertical drop to junction boxes, they shall be clamped at more
frequent intervals (maximum of 300 mm).
9.7.2 Near junction boxes angles may be used for dropping cables. They shall be connected
inside junction boxes strictly as per the dwgs.
9.7.3 At bends minimum radius shall be maintained as per manufacturer’s standard.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 191
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

9.7.4 The angle tray supports shall be fabricated from 50 mm x 50 mm x 6 mm angles, as a


minimum.
9.7.5 Identification tags of S.S shall be provided at both ends for Cables. PVC ferrules shall
be used for identification of individual tubes/wires.
9.7.6 For cables buried / running in Trench tag plates shall be SS tied with S.S wire at both
end exits & every 30 M interval.
9.7.7 All tubes / cables shall be cut after the exact site measurement are taken between
ends. The tube / cable drums shall be selected before cutting the lengths so as to
avoid any wastage.
9.7.8 All cables and tubes laid in ducts shall be properly dressed and tied with nylon wires
of 3 mm diameter.
9.7.9 In the field, the cables and tubes shall be laid in ducts and trays as per layout
drawings. Cables shall also be buried underground or taken in concrete trenches
wherever required.
9.7.10 The bending radius of cables shall be maintained as per manufacturer’s
recommendation. Cables installed above ground shall be run exposed on walls,
ceilings, structures and shall run parallel or at right angles with beams, walls or
columns.
9.7.11 Laying of individual Cables
a. All cables shall be laid in accordance with installation drawings and cable
schedules. Before laying, cable / multi-cable on drums shall be meggered and
tested to ascertain the transit damages.
b. All cable routes shall be carefully measured and cables cut to the required
lengths, leaving sufficient amount for the final connection of the cable to the
terminals on either end. The various cable lengths cut from the cable reels shall
be carefully selected to prevent undue wastage of cables. Sufficient extra length
of cable shall be kept at the termination points.
c. Contractor to consider provision of tray in general for branch cable above ground
line. Due to site requirement if cables are crossing road , laying underground etc.
, proper protection to be provided .
d. A detailed planning shall be submitted prior to cable laying, giving drum number,
cable number, lengths which shall be approved by Engineer-in-Charge.
e. Cables shall have complete uncut lengths from one termination to the other.
f. All cables shall be indicated close to their termination point by cable number as
per cable schedules / junction boxes schedules. PVC ferrule / tag plate shall be
used and these identification tags shall be securely fastened to the cables.
g. All cores of electrical cables shall be identified by their wire numbers by means of
the PVC ferrules. Wire numbers shall be as per dwgs. All temporary ends of
cables shall be protected against dirt and moisture. For this purpose, ends of all
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 192
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

PVC insulation cables shall be taped with an approved PVC or rubber insulating
tape.
h. The bending radius of cables shall be maintained as per manufacturer’s
recommendation. Cables installed above ground shall be run exposed on walls,
ceilings, structures and shall run parallel or at right angles with beams, walls or
columns.
i. Cables shall be rigidly supported on structural steel and masonry individually or
in groups as required using PVC covered galvanized clips, multiple cable supports
or cable trays material to be used for tying of cables with trays must be corrosive
resistant. If drilling of steel must be resorted to approval must be obtained and
steel must be drilled where the minimum of weakening of the structured wall
result. Cables shall be supported at every 500 mm on vertical runs and every 100
mm on horizontal runs.
j. All special cables and power supply cables will be laid direct to the field
instrument without any junction boxes, unless otherwise specified.
9.7.12 Burying
a. cables shall be laid below ground either in concrete trenches or buried through
underground as per cable layout.
b. However all work connected with buried cable laying such as digging; supply of
sand , bricks , etc. & filling with Sand ; back-filling with earth , etc., are included in
Instrument contractor’s scope.
c. While laying cables in ducts/trenches or burying them, care shall be taken to
ensure that low signal cables like alarm, analyzer cables, special cables from
turbine meters / mass flow meter , compensating cable etc. are separated from
other power supply cables.
d. Sufficient separation also shall be maintained among low signal cables , control
cables and H.T. Electrical Cables . For this purpose Vendor shall develop
necessary cable layout drawings approved by client. This is essential in view of
possibilities of presence of existing pipes / cables.
e. Each underground cable (either in concrete trenches or buried) shall be provided
with identifying SS tag plate securely fastened every 30 m of its underground
length with at least one tag at each end before the cable enters the ground.
f. Directly buried cables shall be laid underground in excavated cable trench
wherever required.
g. Trenches shall have sufficient depth and width to accommodate all cables
correctly spaced.
h. Before cables are placed , at the bottom a layer of 75 mm thick second class red
bricks shall be placed filled with 100 mm layer of sand and leveled. Each layer of
cables shall be covered with 150 mm of sand on top and sand shall be lightly
pressed.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 193
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

i. A protective covering of 75 mm thick second class red bricks shall be placed flat
on the final layer of sand and cable. The remaining portion shall be then back
filled with soil compacted and leveled.
j. On completion of every group of cable laying and before sand filling, every cable
shall be subjected to insulation test in the presence of Engineer-in-Charge.
Defective cables shall be replaced.
k. Cable route markers of SS 100mm dia,2mm thk. indicating number of cables,
depth and direction will be placed enroute , at apprx. 30 meter intervals ,on
crossovers / turnings etc, to mark the cable route; without Obstructing passage.
l. Cable Markers / Flag Plate, at both ends to be provided by contractor. Plates of
304 SS 100x100x2 mm bolted to 50x50x6 Ms painted angle using SS bolts, Nuts.
Plates shall have details such as depth of burial & type of cables punched /
engraved.
m. At each road crossings and other places, where cables enter pipe sleeves,
adequate bed of sand shall be given so that the cables do not slack and get
damaged by pipe ends after back filling. After laying, the pipe sleeves shall be
sealed using sealing compounds.
n. At the entry into concrete blocks at road crossings cable loops shall be provided
at either ends to prevent any damage to cables. Each cable shall have one tag at
each end before the cable enters / leaves conduit pipes.
o. After laying of all the cables and multi-tubes, the cable entry to control room
shall be suitably filled with MCT Blocks with Frames and sealed so as to achieve a
positive seal against the entry of gas water.
p. In case cables are to be laid by using existing Trenches removal of trench covers,
removal of sands etc. to get the required layer , laying of cables etc. - all these
works and materials required to complete the job shall be in contractor’s scope.
q. On completion of cable laying in case of concrete trenches, the trenches shall be
filled with sand and pre cast concrete slabs shall be placed on the trench.
9.8.0 Painting
9.8.1 This part of the specification is applicable to cable ducts. MS cable ways, angle trays,
instrument supports/perforated trays, all structural supports for the above items etc.
9.8.2 The surface to be painted shall be thoroughly cleaned with wire brush, sand paper to
remove all scales. After cleaning, the surface is painted . The painting system to be
used are Primer ( Epoxy Polyamide cured zinc Chromate , DFT / coat- 35 micron ) - 2
coats + Finish Paint (two pack Polyamide cured epoxy , DFT / coat- 40 micron ) - 1
coat + final paint ( Alyphatic Acrylic Polyurethane , DFT / coat - 40 micron ) - 1 coat.
9.8.3 Paints shall be epoxy based and corrosion resistant. Marine grade paintings shall be
used as a minimum to avoid any kind of corrosion due to salt laden atmosphere.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 194
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

9.8.4 It shall be noted that final second coating on external surfaces not covered by cables,
copper tubes etc. shall be applied just before handing over the plant or
commissioning of the plant whichever is earlier.
9.8.5 The name of manufacturer, color and quality of all types of primer paint shall be as
per standard and subjected to approval of Engineer-in-Charge.
9.9.0 Testing & Calibration
9.9.1 Vendor shall test with the same testing fluid as taken in case of Main lines and shall
take prior approval from Engineer-in-charge for the testing fluid and methods.
9.9.2 In general , all impulse lines shall be tested at 1.5 times the maximum operating
pressure. Ensure that instrument and vessel/piping is isolated during this test.
9.9.3 Inst air lines shall be Pneumatically tested at 1.1 times design Pr..( Hydraulic testing
of Inst Air lines PROHIBITED )
9.9.4 In case of special instruments/items where hydro-testing is not permitted due to
service conditions, the impulse lines testing shall be carried out by using air or
Nitrogen.
9.9.5 All external case type level instruments shall be tested up to 1.5 times operating
pressure by using Nitrogen only.
9.9.6 After pressure testing, all these impulse lines shall be drained and dried with dry air
to remove any traces of moisture, oil and dust.
9.9.7 Instrument air lines shall be duly tested for any leak after pressurizing and isolating
the main root valve by soap solution.
9.9.8 Pneumatic signal tubes shall be flushed and tested with instrument air for any leak at
a pressure of 1.5 Kg/cm2. After pressurizing the line, the source of pressure is cut off
and rate of fall in pressure shall be less than 1 kPa for every 4.4 meter (1 psi for each
100 feet) of tubing for a period of 2 minutes.
9.9.9 All instrument cables shall be tested for continuity and insulation. While meggering
the cables for insulation testing, ensure that all instruments and barriers are isolated
at both ends.
9.9.10 Calibration & test equipments shall be traceable to National standard with valid
certification. Accuracy of standard inst. shall be at least two times better than inst.
under test.
9.9.11 All instruments shall be calibrated for 0 % , 25 % , 50 % , 75 % , 100 % and vice versa.
9.9.12 All temperature gauges shall be calibrated using temperature baths.
9.9.13 All thermocouple input instruments shall be calibrated by generating milivolts by a
potentiometer.
9.9.14 All transmitters shall be calibrated as per instrument ranges.
9.9.15 All displacer type level transmitters shall be calibrated with water or suitable fluids
and corrected for specific gravity.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 195
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

9.9.16 All alarm and trip switches shall be calibrated over the entire range and finally set
and checked for alarm/trip points and reset points as per the alarm/trip set point
schedule. After setting these shall be sealed.
9.9.17 All control valves, prior to stroke checking shall be externally cleaned thoroughly. The
full stroke and reducing hysteresis shall be carried out. The hysterisis shall not be
more than 1% URV (upper range value) with positioners and 5 % URV without
positioners.
9.9.18 Bubble tight shut-off control valves and shut down valves shall be checked for seat
leak test and gland leak test.
9.9.19 Solenoid valve shall be checked functionally for its operation.
9.9.20 Safety valves and relief valves shall be set/tested by using dry air / nitrogen. Leakage
if any shall be removed by proper lapping of seat and disc. Pressure relief valve
testing under SMPV rule – 18 to be submitted.
9.9.21 All electronic/pneumatic receiver instruments shall be calibrated as per the
manufacturer’s instructions. Controllers shall be aligned properly.
9.9.22 All special instruments like analyzer shall be checked and calibrated as per
manufacturer’s instructions. Prior to testing all analyzer sample lines shall be
thoroughly cleaned by carbon tetra chloride or any other cleaning liquid. After
cleaning, these lines shall be thoroughly purged with dry Nitrogen.
9.9.23 No oil should be used in Oxygen and Chlorine service lines.
9.9.24 The accuracy of overall loop shall be within + 1 % for electronic and + 1.5 % for
pneumatic loops.
9.9.25 After performing the calibration of all instruments, the entire loop shall be checked
for proper operation.
9.9.26 The entire shutdown scheme shall be simulated from the process trip switches and
the scheme shall be tested for its proper operation prior to start up of the unit.
9.9.27 If no instrument air is available vendor shall provide necessary N2 cylinders/ other
fluids as per instruction of Engineer-in-charge to carry out the above activity.
9.9.28 The input signals shall be simulated by disconnecting the field wires for all inputs.
9.9.29 All test results shall be recorded in the approved format.
9.9.30 Conversion from one unit to another for the purposes of calibration is not allowed.

9.9.31 Procedure for calibration of different items are as outlined below. However, the
detailed procedure shall be submitted to Engineer-in-Charge for approval before
proceeding with calibration.
9.9.32 All pressure and differential pressure transmitters shall be calibrated to the settings
as per instrument data/specification sheets and instruction of Engineer-in-Charge.
9.9.33 All thermocouple receiver instruments shall be calibrated by generating milivolt
signals suitable for span and type of thermocouple specified.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 196
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

9.9.34 Receiver instruments programmed shall be calibrated and aligned using test hook-up
as per instructions from manufacturer / Engineer-in-Charge.
9.9.35 Filled system instruments shall be calibrated for 0 % , 25 % , 50 % , 75 % and 100 %
range using standard thermo-oil.
9.9.36 The external displacer type of level instruments shall be dry calibrated as per
manufacturer’s instructions or calibrated by filling the displacer chamber with water
for level 0 % , 25 % , 50 % , 75 % and 100 % and draining the water at 100%, 75%, 50
% , 35 % and 0 % of ranges after applying suitable specific gravity corrections of the
process fluid as per data sheets.
9.9.37 The internal displacer/float type/ Radar / Servo level instruments shall be dry
calibrated as per manufacturer’s instruction or using calibration chamber fabricated
out of steel pipes and filling the same with water after applying specific gravity
corrections of process fluid as per data sheets.
9.9.38 The level switches (external cage type) shall be set by filling the cage with water to
the desired alarm/trip level. While setting the switches, it shall be ensured that the
micro switches do not reset for full rated travel of the float.
9.9.39 Tank level indicators shall be calibrated at 0 % , 25 % , 50 % , 75 % and 100 % and vice
versa of ranges wherever practicable.
9.9.40 Control valves and positioners shall be checked for hysteresis and linearity and shall
be calibrated for rated strokes. Prior to calibration, valves calibration readings shall
be recorded in the enclosed format and submitted to Engineer-in-Charge for
approval. Where significant deviations from specifications are obtained, the matter
shall be brought to the immediate notice of the Engineer-in-Charge for corrective
action.
9.9.41 The control valve be cleaned externally. The stem is then lubricated if required and
stroked few times to extreme positions of plug to ensure that movement is free from
friction. The valve shall then be calibrated for rated stroke and linearity also.
Subsequently the valves shall be checked for hysteresis to the accuracy of 1% full
scale with positioner and 5 % full scale without positioners. Stroke speed has to be
evaluated for trip / shutdown valves as per safety requirements identified by
Engineer-in-Charge.
9.9.42 All shall clearly state in his offer the complete list of calibration and test equipments
along with the range, accuracy and quantity which he proposes to use for this job.
Contractor should also ensure that any equipment not listed below but required at
the time of calibration shall be made available at his own cost. All test equipments
and kits shall be approved by NPL / IDEMI / ERTL authorities and shall have valid
calibration report B
9.9.43 Furnished hereunder is a list of recommended calibration and test equipments.
Accuracies of Test equipment shall be at least Two times better than Inst under Test.
Contractor shall add other test equipments also as required during testing and
calibration.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 197
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

a) Controller test stands Mfr. Standard


b) Indicator/recorder test stands Mfr. Standard
c) Squeeze bulb (Flow calibrator) --
Range : 0 to -10.000 mm H2O
d) Dead weight testers ( for + 0.1 %
Ranges up to 350 Kg / cm2 )
e) Gauge comparator for pressure gauges + 0.2 %
Rating : up to 350 Kg / cm2
f) Oil bath for temperature instrument calibrations Mfr. Standard
Max. temperature 350 0C
g) Standard gauges for ranges up to 350 Kg / cm2 + 0.25 %
h) U - tube differential manometers / inclined tube + 1 mm
manometer static pressure rating : 7 Kg / cm2
j) Single leg manometers + 1 mm
Scale :1500 mm water 1500 mm hg
Static pressure rating : 7 Kg / cm2
k) Decade resistance box Mfr’s Standard
l) Multimeters + 0.05 mV
m) Potentiometer / Direct digital calibrator + 0.025 %
( capable of generating and measuring mV / mA )
n) Meggers 500 V / 1000 V --
o) Air hydro pump / hydraulic pump --
p) Vacuum pump --
q) Instrument air compressor with filters and --
regulators and deoilers
r) Current generator ( Instrument checker ) --
4 ~ 20 mA DC ( Yokogawa make or equivalent )
with 24 V DC power source

9.10.0 Loop Checking


9.10.1 Loop checking shall be performed after calibration, interconnection and leak testing
of signal lines is carried out for all instruments. Loop tests are conducted to check the
functional performance of all elements comprising the loop, thereby ensuring proper
interconnections and operations.
9.10.2 Before proceeding for loop checking, the calibration results of individual elements
shall be recorded on the Performa and shall be approved by Engineer-in-Charge for
correctness of installation, measurements and calibration results.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 198
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

9.10.3 Loop testing for all control loops shall be generally by simulating process conditions
for at least 0 % , 25 % , 50 % , 75 % and 100 % of full scale inputs. Detailed procedure
shall be submitted to Engineer-in-Charge for approval before proceeding with the
loop checking.
9.10.4 In case of shutdown systems, field / receiver switches are simulated for abnormality
by disconnecting the wires at terminals. Function of all associated systems are
checked including performance of solenoid valves. On / Off type control/shutdown
valves including proper functioning of limit switches and other accessories.
Adjustment of limit switches wherever necessary also form part of checking of loop
performance.
9.10.5 Performance of individual loops shall be accepted for an overall accuracy of + 1.5
%. Where deviation is found to exist more than specified limit, contractor shall
recalibrate the instruments which shall also form part of loop testing, at no extra
cost.
9.10.6 After the loop test is complete, the contractor shall connect back any terminations
and connections removed for loop checking.
9.10.7 A loop shall be considered as handed over only after measurements in that particular
loop are completed and certified by Engineer-in-Charge, in addition to loop sheets
being duly filled in all respects, approved and accepted by Engineer-in-Charge and
Client.
9.10.8 In case of loops in which certain instruments of the loops are calibrated by other
agency, loop checking shall be performed in coordination with the agency involved. If
a defect in the calibration of the instruments in contractors scope is observed, same
shall be rectified to the satisfaction of the Engineer-in-Charge. However, if defect is
detected in the calibration of the instruments in the scope of other agency, same
shall be rectified by the agency involved. After the calibration has been rechecked by
other agency / agencies, the loop checking would be performed to the satisfaction of
Engineer-in-Charge. This is part of the contractor scope of work.
9.10.9 Final certified loop sheets shall be submitted as per Vendor Document requirement
enclosed in the BID to the Engineer-in-Charge.
9.10.10 Whenever the installation of central control system like Distributed Control
System/Programmable logic controllers / terminal automation system etc. in control
room is carried out by any other agency, contractor scope of work for the loops
connected to these system shall include the following :-
a) Laying of all related cables upto the designated panel/cabinets / console,
dressing of cables including inside control room, identification of cables and
cores / pairs of each cable coordination with control system vendor during
glanding and termination.
b) Calibration of all field instrument independently.
c) Providing all assistance to control system vendor during loop checking. This
shall include providing signals from the field instruments and checking and
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 199
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

operation with the output provided from control system to enable control
system vendor to verify loop performance.
d) Coordination with control system vendor to meet loop checking schedule. It
shall be contractor’s responsibility to demonstrate/prove measuring signal
levels of field instrument output in control room in the respective identified
pair in case of any problem.
e) Rectification/recalibration of field instruments if found defective during loop
checking.
9.10.11 However, the termination of field cables, checking of interconnection between
instrument / equipments inside control room, ferruling / tagging of interconnecting
cables inside control room and performing loop checking with co-ordination of
contractor shall be in the scope of control system vendor.
9.10.12 It shall be contractor’s responsibility to complete all entries in the ‘Loop Sheet’
related to field instrumentation including calibration, installation checks,
interconnection of tubing and cabling, hydro test / Pressure testing etc. and get it
duly signed by the Engineer-in-Charge. All loop sheets duly filled and signed shall be
handed over to control system vendor for overall loop checking records.
9.10.13 It shall be control system vendor’s responsibility to complete the loop check column
in loop sheet after Engineer-in-Charge accept the loops and hand over the sheets in 4
copies to client. All field related assistance shall be provided by contractor during all
these activities.
9.11.0 COMMISSIONING
9.11.1 This activity shall be carried out in a systematic manner so as to avoid any accident to
plant and operating personnel.
9.11.2 During the plant start up all the instruments calibration, controller alignment, trip
point settings shall be trimmed so as to meet the operation requirements.
9.11.3 Prior to guarantee run of any package unit, the vital instruments as required by
vendor have to be recalibrated and the results recorded.
10.00 AS-BUILT DRAWINGS AND DOCUMENTS TO BE SUPPLIED after EXECUTION 6 sets (
hard copy ) + 1 set Soft copy ( where ever available from Mfr ).
a) Contractor to modify / update all documents and Drawings incorporating
changes made during execution including filling up terminal details & making
additional dwgs. as required.
b) Contractor scope includes preparation & submission to IOCL , As-built
drawings and documents as detailed below:
10.01 Layout Drawings for all Instruments & control rooms.
10.02 Installation , hook up ,Terminal Connection , Loop , Wiring dwgs
10.03 The drawings for materials that are included in their scope of supply namely local
control panel, junction boxes local cabinets.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 200
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

10.04 Individual Instrument Specifications for the items to be procured by the contractor
subject to approval.
10.05 Bill of Materials.
10.06 Manufacturer’s installation, operation & Maintenance manuals.
10.07 Test / Calibration certificates (Mfr & site )
10.08 For Instrument Erection Materials such as Cables, Fittings, Valves , Trays etc. OEM
Vendor’s Material test certificates (copies) for compliance shall be acceptable in view
of the small quantities involved ( e.g. FRLS quality , of PVC for cables ; chemical
compositions of materials for various items , etc. ). However the source of these
materials shall be from approved / reputed Vendors / manufacturers.
10.09 Final material appropriation statement for all the free issue materials indicating
shortages if any in the Performa duly approved by Engineer-in-Charge.
11.00 MATERIALS SUPPLY
11.01 Materials to be supplied by the contractor, as part of this specification -
Construction power, water shall be arranged by construction contractor. If available,
will be provided by owner as per the conditions of contract in main part of contact..
11.02 The procurement and supply in sequence and at the appropriate time of all materials
and consumables except for the materials specifically enlisted under Owner’s scope
of supply shall be entirely the contractor’s responsibility and his rates for execution
shall be inclusive for all these items. These are as but not limited to the following :
a) All industrial gases like Oxygen, acetylene or inert gases, compressed air and all
types of electrodes, brazing rods, flux etc. for welding purpose with necessary
facilities for testing the welded joints.
b) PTFE tape and other pipe jointing compounds for threads and material for
sealing of cable entries to control room, local panels, insulation tapes, sealing
compounds for flame proof conduit fittings.
c) Bolts and nuts for supports, U-bolts with nuts, clamps for tubes and pipes,
anchor bolts for panels, expansion bolts ( pinch anchor / raw bolts ) of various
sizes for fixing to concrete structures. Polythene bags for protection of
instruments against rain.
d) Paints, primers and solvents.
e) Plastic tags for identifications of tubes / wires at panel junction boxes.
f) All materials for minor civil works like grouting etc.
g) Structural steel, MS Plates, GI plates, flats, pipe etc. required for fabrication or
instruments supports and tray supports wherever required.
h) All accessories for electrical wiring like cable lugs, ferrules for identification etc.
i) Perforated / ladder trays with necessary accessories like tees bends, crosses
etc. as required / specified in Schedule of quantities.
j) Mounting accessories for the above like bolts, supports etc.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 201
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

k) Spool pieces and blinds for testing wherever required.


l) Any other item not specified, but required for the completion of the job.
11.03 The contractor shall submit in sealed cellophane packets samples of all consumables
like bolts, nuts, lubricants, ferrules lugs and any other material included in their
scope of supply for approval of Engineer-in-Charge which then forms the standards
for erection work.
12.00 Tools and Tackles
12.01 The Contractor shall furnish complete information regarding tools, tackles and
testing equipment that will be deployed for the job.
12.02 It must be clearly understood that Client/Consultant shall not be responsible for
arranging or supplying any equipment, instruments, tools and tackles. List of major
tools and tackles required are as listed below :
a) Cranes, winches, chain pulley blocks etc. in required quantity and of suitable
capacity.
b) Trailers with prime mover / tractor trailers.
c) D-Shackles, slings, wire ropes etc.
d) Transformer welding sets.
e) Water level, spirit level etc. for leveling and alignment.
f) Gas cutting sets.
g) D.G. Welding Machines.
h) Drilling/Grinding Machine
i) Jacks with spindles ( for cable drums ).
j) Pipe bending machine
k) Hydraulic crimping tools set.
l) Hand crimping tools set.
m) Air blower / vacuum cleaner.
n) Pump for hydro-testing complete with associated piping, calibrated pressure
gauges, temporary fasteners, valves etc.
o) Earth resistance tester with leads and electrodes.
p) Clip on ammeters/tong testers.
q) Wooden sleepers of proper size and in adequate numbers.
r) Scaffolding materials as required.
s) Safety valve calibration test rip and hydraulic pump.
t) Any other tools, tackles and facilities required to complete all the jobs as per
ITB to the best engineering practices.
12.03 CALIBRATION EQUIPMENT AND COMMISSIOING TOOLS REQUIREMENT
Arrangements of following tools and accessories as per below mention

1) Hand held Multifunction portable process calibrator.


IS type Shall be usable in Class 1, Div 1.

2) Hand held portable Pressure calibrator


Ex-proof \ IS type Shall be usable in Zone I A/B, T3.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 202
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

3)Portable HART Configurator


IS type Shall be usable in Zone I A/B, T3..

4)Portable Multimeter
IS type Shall be usable in Zone I A/B, T3.

5)Tools
a)Wire stripper with cutting edge
b)Precision Screw driver with slotted head
c)Tester
d)Screw driver Set
e)Adjustable screw spanner 6”
f)Key sets – pocket knife type
g)Soldering iron – 18 Watts
h)Portable Torch light Ex-proof \ IS type certified
i)Pipewrench – 12”

14.00 SCRAP AND EXCESS MATERIAL


Salvageable Scraps
Salvageable scrap shall mean lengths of tubes, pipes, multicables, other
cables etc. that can be used one time or other at a later date. This material is
recovered from the cut-pieces of tubes, pipes, multicables, cables etc.
Non Salvageable Scrap
Non salvageable scrap shall mean the cut piece lengths of tubes, pipes,
multicables, cables etc. and they are from cut pieces of tubes, pipes, multicables,
cables etc. that cannot be used at all at any time.
14.01 Every month, the contractor shall submit an account for all the materials issued
to him by the Owner in the standard proforma prescribed for this purposes by
the Engineer-in-Charge.
14.02 On completion of the work, the contractor shall submit ‘material appropriation’
statements for all materials issued by the Owner in the proforma prescribed by
the Engineer-in-Charge.
14.03 The following scrap allowances are permissible :
Length below 0.5 metres Non salvageable Unaccountable
Steel pipes, SS tubes 2% 0.5%
Length below 2.0 metres
Single pair, Single triad 2% 0.5%
Two core/three core
Length below 20 metres
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 203
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Multitude, Multicables 2% 0.5%


14.04 All excess materials and scrap shall be returned after duly accounting for to the
storage points designated by the Owner. Where materials are to be weighted
before return, the contractor shall be responsible for making the necessary
arrangements for weighing etc. The contractor shall not use scrap section
obtained during the course of construction for fabricating temporary supports or
other items without prior permission of the Engineer-in-Charge.
If the contractor fails to return the surplus material as aforesaid, the owner will
charge the contractor for such unreturned material at panel rates, which will be
deducted from whatever amount is due to the contractor. In case any material
issued by the owner deteriorates during storage by the contractor, new material will
be issued to him at penal rates, but the delay in procuring such materials will be at
the contractor’s account only.
15.00 Progress monitoring
15.01 If any time in the opinion of Engineer-in-Charge, the contractor has fallen behind the
construction schedule, the Engineer-in-Charge may, without any extra cost to
OWNER require the contractor to take such steps as may be necessary to improve his
progress (such as but not limited to) (i) employ additional man-power ,resources (ii)
work additional hours, (iii) increase the number of shifts, (iv) work on Sundays and
Holidays.
15.02 The contractor in such case, shall demonstrate to OWNER. the manner in which he
proposes to meet the construction schedule and make up the loss time.
15.03 Failure of the contractor to comply with the above shall be considered a failure to
execute the contract with due diligence .Then owner has the right without prejudice
to any other right or remedy which shall have accrued or shall accrue thereafter, may
offload the balance job in part or in full to others at Contractor’s risk & Cost.
16.00 Defect Liability Period and Back- up Guarantee
16.01 Contractor shall obtain back-up Guarantee in the name of IOCL for all Instruments
to be supplied by them.
16.02 Cost and assistance of OEMs Specialists during Testing &Commissioning ,training of
IOCL personnel for special Instruments shall be taken into account by contractor.
17.00 SPARES
17.01 Spares required for 2 years of Warranty period & 5 year of Maintenance period shall
be provided by Contractor. Comprehensive Annual Maintenance for 5 years is
Contractor’s scope & shall provide commissioning & recommended spares for
trouble free operation.
17.02 Contractor shall provide itemized list for commissioning spares, five years
recommended maintenance spares & two years consumables at the time of
submission of technical offer.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 204
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

17.03 Recommended spares should take into account related factors of equipment
reliability, effect of equipment downtime upon through put of TAS, availability/lead
time & shall meet the MTTR requirements as mentioned in FDS.
17.04 Contractor shall identify & supply the special tools required for functional/proof
testing & maintenance of equipments and any other recommended tools for
specialised procedure. The operational spares shall be categorized into the following:
a) Consumable Items
Normal wear and tear items required for routine preventive maintenance. Delivery
to commence on receipt of order and completed within 30 days.
b) Critical Items
These items are critical to the operation of the equipment. Failure will cause the unit
to be out of commission. Delivery to commence in five (5) days and completed in
fifteen (15) days on receipt of order.

c) Non-Critical Items
The failure of these items reduces some function or eliminates a safety system, but
they will not cause the entire unit to be out of service. Delivery will commence in five
(5) days and completed in thirty (30) days on receipt of order.
d) Non-Stock/Long Lead Items
These items are available at full factory lead-time only.
e) Repair Kits/Replacement Components
Items listed are repair kits or replacement components for item (c) and (d). Delivery
to commence in five (5) days and completed in thirty (30) days on receipt of order.

18.00 Completeness of the Job


18.01 Contractor shall ensure that system is complete in all respect, the models and prices
quoted include all components, accessories, services, documentation and other cost
required to meet these specification, so that the system can be commissioned and
put in line without any further additional accessory / service(s).
18.02 If after placement of order, it is found necessary that vendor has to change the
model number, add accessories/components or additional services are required to
meet the requirements, Contractor shall do so at their cost, even if model nos. might
have been approved.
18.03 Contractor alone is fully responsible for correctness of the models offered.
18.04 Completeness &correctness of BOM is Vender’s responsibility. Vender to supply
sufficient quantities of each type , component , model of all items required as per ITB
and correspondences. The adequacy of revised I/O counts , hardware , software ,
BOM details for Control System and Data Communication as per latest revised
Drawings , Documents and correspondences is Vender’s responsibility. Vender to
include all necessary Hardware , software and job as per requirements.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 205
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

19.00 Protection
19.01 Contractor shall protect all Instruments supplied by them or free-issued to them
from damages which may occur due to bad site conditions.
19.02 Contractors responsibility shall be up to the hand-over of complete instrumentation
within their scope of supply and works as per the documents / specs. given.
19.03 Contractor alone shall be fully responsible for protection of the Instruments.
19.04 Contractor shall supply necessary commissioning spares for all Instruments supplied
by them , without any additional cost implication.
19.05 In case of damage, contractor shall replace the Instruments / components damaged
up to the period of handing - over, without any further cost implications . These shall
be limited to the Instruments supplied by them.

20.00 Warranty & AMC

20.01 The bidder shall include proposal at the time of Tender for providing post warranty
maintenance for 3 years after completion of warranty period of 2 year and provide
the total i.e. comprehensive maintenance of the complete system and any other
system / sub system.
20.02 Automation Contractor shall be fully responsible for the manufacturing & installation
with respect to proper design, quality, workman-ship and operation of all equipment,
accessories etc. for a period of 24 months from the date of taking over by the owner
at the site ( i.e. from SAT acceptance date). Then Comprehensive AMC for 3 years
after successful completion of 2 years warranty.
20.03 A trained engineer on TAS shall be stationed at the site by Vendor. The engineer
shall be competent and experienced with profound knowledge of systems & TAS field
instruments, etc.
20.04 It shall be obligatory on the part of Automation Contractor to modify and/or replace
any hardware or software or both free of cost, in case of any malfunction is revealed
even during on line operation after taking over within the warranty period.
20.05 Automation Contractor shall also provide the total maintenance of the system during
warranty period. The cost for warranty maintenance, if any, shall be included in the
proposal separately.
20.06 Warranty shall include periodic maintenance, on-call maintenance, replacement of
failed components and software upgrades if any.
20.07 Automation Contractor shall also include services for hardware & software (if any) up
gradation in AMC. The Contractor shall provide mutually agreeable spares list before
SAT duly supported by OEM and approved by IOCL.
20.08 In the event of any malfunction of the system hardware / system software, the
stationed engineer shall be able to attend and rectify the root cause within 7 days or
MTTR mentioned in the FDS
20.09 During the AMC and warranty period any modification required in software part of
TAS system including PLC, servers, ESD system safety PLC (to the extent of 20 %
hardware spare capacity) including addition of, new pump, gas detector, PT, TT, flow
meters, valves, CCTV system etc., is to be done by automation vendor at no extra cost.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 206
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

20.10 In the event of any malfunction of the system hardware / system software, the
stationed engineer shall be able to attend and rectify the root cause within 7 days .
20.11 Bidder shall maintain a record of all faults during post warranty period.

FUNCTION SPECIFICATION AND SOFTWARE TESTING

This specification defines the minimum requirements of terminal Automation System


designed for reliable, effective and optimum control & monitoring of a Petroleum Marketing
Terminal / Depot Operations.

20.0 GENERAL
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 207
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

20.1 The terminal automation system software shall be governed by the operating system running
in a real time mode and shall be able to meet all functional requirements as specified
minimum.
20.2 The system shall have an extensive set of self-diagnostic routines, which shall locate and
identify the system failure at least up to module level including redundant components.
Failure of a module in a sub-system shall appear on the Operator Consoles irrespective of the
display selected.

21.0 SYSTEM EXPANDABILITY


21.1 The system design shall permit the on-line addition of new system/ subsystems with no
disruption to either the operation or system communications for future expansion. The
offered software should have in-built capability / provision to take care for future expansion
to the extent of 100% additional loading bays, loading points, new product tanks / pumps &
new products. Hard coding should be avoided.

22.0 UPGRADABILITY
22.1 The system architecture shall provide a logical planned implementation of evolving
technologies and provision for up-gradation of existing equipment.

23.0 OPC COMPLIANCE:


23.1 The system offered shall comply with requirements of OPC foundation. The vendor shall carry
out testing for confirmation of the same and the range of test include:
a) Interoperability tests
b) Load and performance tests
c) Stress test
d) White box testing
e) Behaviour testing and environmental testing
23.2 The undertaking for OPC compliance.

23.2.1 Essentially the TFAS Software has to be OPC Compliant, so also the PLC, tank gauging
system, field devices viz. Batch controllers etc. However, if any of the field devices are not
OPC compliant, the vendor shall provide the driver for at least 3 different reputed
manufacturer’s products meeting our technical specification to enable vendor independence
in choice of these field devices in future.

24.0 SYSTEM COMMUNICATIONS


Automation system communications shall be based on the ISO, Open system Interconnect
(OSI) reference model to provide a migration path to evolving communication standards. The
communication networking shall be selected with optimal loading and higher thruput.
Maximum network loading shall not exceed 80 % of the total offered capacity as per
functional specifications.

25.0 NETWORK REQUIREMENTS


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 208
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

25.1 The automation system communication shall be on the high-speed modern local area network
(LAN) confirming to IEEE 802.3, token ring topology IEEE 802.5/ FDDI (Fiber distributed data
interface), ANSI & ISO standards and the same is also conforming to OSI functional layer and
utilize industry standard protocols with 100 MBPS speed and physical connection utilizing 100
base2, 100 base 5, 100 base FO design. FO design preferred as the speed is high upto gigabits,
bandwidth is high, and resistant to electromagnetic noise is high.
25.2 To ensure maximum reliability, communications shall be dual redundant. The communications
system shall be capable of sustaining loss of one media channel without loss of data or
performance degradation.
25.3 Managed Ethernet Switches 100 MBPS port should be used for establishing LAN inter-
connectivity in dual redundant configuration. All the STP/ UTP/Co-axial cabling within
Ethernet network should have 100% redundancy or better.
25.4 30 % spare ports are to be provided on each of the Ethernet Switches.
25.5 Batch Controller shall be connected with terminal Server through redundant communication
link.
25.6 Type of communication cable to be used for dual LAN system
25.7 Communication protocol between TAS-MS and SAP shall be on TCP/IP
25.8 Loss of communications shall not cause loss of control at the local subsystem.
25.9 The communication software should employ a peer-to-peer / Master-Slave communications
protocol between all sub-systems wherever applicable.
25.10 The automation system shall be able to integrate terminal wide network data into common
Terminal Automation Software functions such as user displays, historical recording and
reports.
25.11 Loss of a subsystem or module shall not disrupt communications to other subsystems or result
in performance de gradation. Loss of a subsystem or module or module channel shall
generate a diagnostic message to be displayed at the operator stations and logged; identifying
location / type of fault.
25.12 Interfacing of field serial communication links directly to adapters / interface cards residing
within the TFAS-MS EISA/ ISA/ PCI slots & using TFAS-MS CPU clock cycles shall not be
acceptable. Interfacing of redundant serial links from field equipment to a single front-end
terminal or communication server shall not be acceptable.
25.13 The LAN connectivity between the main control room & the SAP system shall be established
using dual redundant (two physical runs) 6-core armoured fiber optic cabling (2 Core x 2 for
redundancy and 2C for spare) with necessary transceivers as per specifications running in
HDPE/ GI conduits.

26.0 OPERATOR/ ENGINEER INTERFACE:


26.1 Access to Operator / Engineering Station functions shall be provided by a multi-level password
system.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 209
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

27.0 ENGINEERING FEATURES:


27.1 The software shall provide extensive user-friendly MMI.
27.2 Integration module shall provide an environment to share (e.g. read and write) data between
other plant areas and the process control system.
27.3 An engineering functional interface shall be provided for the system configuration and set up.
All the configuration changes shall be password protected. As a minimum, the engineering
interface shall have the following functionality:
a) A configuration function will allow the systems engineer/authorized user to configure
the parameter for existing/ entering new tank, pump, TLF bay including change in
product, product code to the system or to reconfigure the parameters for an existing
feature.
b) The engineering software shall have capability and flexibility to take care of revision in
no. of TLF bays including change in product. A system configuration function shall
allow the system engineer to define the system configuration, including the
engineering units for flow, volume, pressure, temperature and level.
c) A local communication gateway configuration function will allow the system engineer
to define the name and input / output address of each gateway with the system.
d) If Bay, Vessel, ROV, Pump, Preset added in the configuration, should be reflected in
the graphical screen automatically with minimum manual intervention.

28.0 SAP SYSTEM:


28.1 Two nos. of LAN port shall be provided by IOCL for interfacing of TFAS with SAP AT Control
Room. The vendor shall connect the same with Terminal Automation system for real time
Data transfer for Integrated Terminal Operation.
28.2 The vendor shall provide all necessary application software and connectors for interface with
the SAP using TCP/IP and shall supply necessary dual redundant cabling; as specified; up to the
SAP in S&D Building.
28.3 Complete responsibility for the system integration between TFAS-MS & SAP system is in the
scope of the vendor.

29.0 TFAS-Management System (TFAS-MS):

29.1.1 The TFAS-MS computers working in hot standby mode


29.2 In the hot standby mode, TFAS-MS computer-1 shall be running the entire Terminal
Automation System in primary mode and TFAS-MS computer-2 will be hot standby to TFAS-
MS computer-1. The complete system database consisting of real time values, equipment
status and configuration related data base files shall reside in primary computer and the same
shall be dynamically updated in the stand by computer so as to take care of the entire
terminal operation bumplessly on failure of primary computer. On restoration, the failed
computer shall automatically become hot standby and should function in synchronized pair
with complete updating of files and database automatically.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 210
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

29.3 TFAS-MS shall also be interfaced with and shall also have GUI for Fire alarm System, Gas
monitoring system, CCTV system, TFMS, ROVs, Fire Engine, Bore well, Air compressor, LPG
product pumps, LPG Compressor, MCC system, DG system, UPS system, , Pipeline receipt
mass Flow meter, Receipt / Despatch screen any other Third party Systems, etc which are part
of TFAS automation

30.0 SYSTEM ACCESS SECURITY:


30.1 The Operating system of all the PCs/ work station must be password protected. Minimum two
different levels of user ids should exist – One of monitoring purpose (User) and other for
configuration purpose (Administrator). The user id to be used for monitoring must not have
administrative/configuration rights.
30.2 For accessing to TFAS application software, there should not be any mandatory requirement
to login into the Windows/ operating System through administrative user id and password.
30.3 For individual user, either separate windows/ OS login to be created or common login without
administrative / configuration rights.
30.4 For TFAS software login following level of security to be provided (Administrative level,
Supervisory level and Operator level).
30.5 All operator commands shall be automatically checked for validity of authorization by the
system.
30.6 Validity checks shall be automatically performed by the system to ensure that control
parameters entered by the operator are within the defined limits.
30.7 Access to all system functions shall be protected by a multi-level password system.

31.0 NETWORK SECURITY TOWARDS CYBER THREATS:


31.1 Following cyber –security measures to be implemented in TFAS for securing IOCL SAP Network
getting affected due to exposure of our Network to cyber threat from the external world.
a. Restriction of access to TFAS network from any network (IOC or outside) except for SAP
network.
b. Blocking of internet access directly from TFAS network through internet dongles.
c. White listed access (allowing only pre-defined users) to access TFAS servers, through an
intermediary, to provide remote diagnostic support.
d. Availability of logs to determine the access of the TFAS network from outside network.

31.1.1 In order to implement the above, the following steps are to be taken:
a. Access level controls implemented at location gateway level (router) to allow only
selected access to TFAS servers. This router configuration for white listed access will be
done by IOCL.
b. All TFAS machine’s internet data card access to be blocked.
c. All TFAS machine’s USB port access to be blocked.

31.2 Remote support TFAS Servers:


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 211
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

31.2.1 Whenever there is a requirement to provide remote support to the automation system, the
TFAS vendor shall send a connection request link from licensed remote support solution (like
Webex, GoToMeeting etc) to the designated IOCL officer through mail.

31.2.2 On receipt of the mail, the officer shall open the link from the designated PC of the location.
The remote support connection will be activated.

31.2.3 After authentication, the vendor support executive will access the desktop.

31.2.4 The vendor remote support executive will access the TFAS-MS servers through Microsoft
remote desktop (mstsc) from the above mentioned desktop.

31.2.5 The remote support solution must have session recording capability to record these
sessions.
31.3 The Automation network should be kept isolated from rest of the communication network as
far as possible. The TFAS-MS and predefined Desktop PC earmarked by Location needs to be
connected to IOCL ERP LAN/WAN through a Firewall device (Free Issue item) to minimize the
risk of attack and it must be ensured that there is no direct path or communication between
Corporate network and automation network. Demilitarised zones (DMZ) should be established
and any data which needs to be transferred from or to the Corporate network should be from
this zone only.
31.4 The logic programming/ configuration of firewall would be done by TA vendor based on IOCL
policy guideline.

31.5 A typical connection scheme of Automation network with DMZ is depicted below.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 212
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Web Server

DMZ port

Note: LRCS to be read as TFAS-Management Server

31.6 Following points must be ensured in the configuration of FIREWALL:

31.6.1 Only the required and necessary ports should be opened in FIREWALL for Automation traffic.

31.6.2 The FIREWALL policy must deny all permit none rule configured for all the traffic as the base
rule.

31.6.3 Any configuration change in FIREWALL must be done after getting necessary approval from
Location in-charge/ competent authority.

31.6.4 The FIREWALL must be configured to send SMTP alert in case of an attack / The FIREWALL
must be monitored on daily basis to detect if any attack has taken place. This is to be done
during Firewall configuration.

31.6.5 Telnet access to be disabled on FIREWALL. In case of any requirement only SSH
connections/encrypted connections to be allowed.

31.6.6 FIREWALL logging (especially for denied traffic), audit trails should be enabled and the logs
must be stored for at least 2 years as per the Government Guidelines.

31.6.7 No direct traffic should be allowed between corporate network and Automation network.
Industrial protocols and Automation protocols must not be allowed to enter the Corporate
network.
31.7 The following regular activities to be done on FIREWALL to ensure security:
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 213
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

31.7.1 Backup of configuration of FIREWALL needs to be taken on regular basis (Six monthly) and
also whenever any configuration is changed.

31.7.2 OS of the FIREWALL must also be updated on regular basis.

31.7.3 The configuration of the FIREWALL must be audited at least twice in a year.
31.8 Switches and routers connecting to Automation network or used in Automation network
need to follow the following security guidelines:

31.8.1 Any configuration change in switches must be done with the permission from Location in-
charge/ competent authority.

31.8.2 Disable the unnecessary services like finger, http, identd, tcp-small-servers, udp-small-
servers or any other service not required.

31.8.3 Unused interfaces must also be disabled.

31.8.4 SNMP should be disabled if not in use.

31.8.5 Only the required services for required IP addresses should be permitted, rest of the traffic
should be blocked through Access Control Lists (ACLs) during firewall configuration.

31.8.6 Password must not be visible in configuration and must always be encrypted.

31.8.7 Configure banners for the switches

31.8.8 Network Time Protocol (NTP) configuration must be done in switches/routers.

31.8.9 Backup of configuration of router and switches needs to be taken by the location on regular
basis (six monthly) and also whenever any configuration is changed.

31.8.10 All TFAS machine’s internet data card access to be blocked.

31.8.11 All TFAS machine’s USB port access to be blocked.

31.8.12 A designated machine with controlled internet access through IOCL internet gateway
identified at each location which would act as the interface between outside world and TFAS
servers. Access allowed only to pre-defined users and only through Teamviewer/ Remote
access software application. Auto-invoicing desktop PC at each location is to be used for this
purpose.

32.0 AUTOMATION SERVERS SECURITY :


32.1 In order to ensure the uptime of Servers following guidelines need to be followed :

32.1.1 Security features provided with Automation systems should be enabled. This should be done
with caution to ensure minimum downtime. Ideally system hardening should be done during
the time of installation and configuration.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 214
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

32.1.2 Any network services /daemons / ports not required should be stopped and disabled.

32.1.3 Remote access for vendors to Automation systems to be strictly prohibited. Vendor to be
allowed in control room only after proper verification. Also any kind of pen drive / external
disk should not be allowed to be used by vendor on Automation systems. If any patch
upgrade needs to be done, then the same can be downloaded from Corporate LAN from the
OEM website, the software checked for viruses and then deployed on Automation servers.

32.1.4 Any software upgrade / patch deployment should first be done on one server or preferably
test server(in the OEM lab). After the successful deployment of patch/upgrade, the system
should be under observation for few days; If no issues are observed, then only the patch
should be deployed on all Automation servers.

32.1.5 Detailed and comprehensive documentation must exist for installation of Automation
servers along with the original OS / Application software Images and installation keys.

32.1.6 Disaster Recovery Kit should exist containing all the necessary documents, software,
configuration backups, keys, passwords for installation of Automation server.

32.1.7 Standard Operating Procedures document should exist for day to day operations like taking
backups.

32.1.8 Minimum two different levels of user ids should exist – One of monitoring purpose and
other for configuration purpose. The user ID used for monitoring purpose must not have
administrative/configuration rights. Sharing of user IDs should not be allowed and each user
should login by his/her own user id.

32.1.9 User ID and the password should never be same. The passwords should be complex
consisting of minimum six alphanumeric characters in length and also allow use of special
characters. The password shall be encrypted.

32.1.10 Audit trails must be enabled for the configuration changes and logging and the same should
be reviewed on regular basis.

32.1.11 Approval must be taken from the required authority before making any configuration
changes in Automation servers. Log register should exist wherein detailed description for
any changes done should be mentioned in the register along with the date, time and name
of the employee making the change.

32.1.12 No internet access to be allowed in Automation servers. User shall only be allowed to use
identified PC (Auto invoicing Desktop PC) through authorised Gateway with Firewall.

32.1.13 The logs and audit trails of the servers must be configured and stored for at least 2 years as
per the Government Guidelines.

33.0 SYSTEM DIAGNOSTICS:


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 215
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

33.1 The system diagnostics shall support fault isolation to a specific module or channel or
subsystem device, which can be subsequently removed and replaced.
33.2 The system diagnostics shall include both hardware and software diagnostics routines which
upon detecting an abnormal conditions, reports this information on standard diagnostics
displays on the OIC and printers.
33.3 Once a diagnostic test has detected a failure, a descriptive alarm shall be generated and bump
less transfer to control to a redundant component shall be triggered wherever specified.

34.0 DIAGNOSTIC DISPLAY:

34.1.1 The system status level shall be accessible by a single dedicated software key.

34.1.2 A flashing diagnostic message prompt shall be displayed and allow the user to immediately
view the specific error message in a single key stroke without going through a diagnostic
display hierarchy.

34.1.3 A system status display shall provide the current status of every subsystem. Subsystems with
a diagnostic alarm shall be identified by flashing indicator. The system status display shall
include information on the communications system including status of each of the
communication modules for every subsystem.

34.1.4 The subsystem level status display should provide detail information on the subsystem itself
and the status of the individual modules contained therein.

34.1.5 The I/O status display shall provide detailed information of each I/O Channel of the
associated device.

34.1.6 The message level diagnostic display shall provide English text message explaining the exact
nature of the diagnostic error and the time and frequency of occurrence. The users shall be
able to go to an archive file to obtain a history of diagnostic messages for the entire system
and additionally shall be able to make a backup copy to a removable media.

35.0 HARDWARE SPECIFICATIONS


35.1 The proposed automation system shall utilize latest and proven microprocessor based device
which shall be configured to perform in real-time such essential functions as:
 Data acquisition / Control
 Transaction processing
 Operator interface
35.2 The system shall be capable of protecting the system integrity and security by implementation
of redundancy for both communication links and system hardware. In case of failure the
switch over shall be automatic and in no way affect the control operation.

36.0 Printer Services shall be accessible by all the devices on the LAN through use of dedicated LAN
Servers as per functional specifications.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 216
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

37.0 The hardware (model) and system architecture (design/ standard) shall be reliable and field
proven. High-grade components of proven quality, having high MTBF shall be selected to
achieve the desired functionality.

38.0 SYSTEM ARCHITECTURE: -


38.1 The TFAS system architecture shall be based around a modular computer network, utilizing
industry standard operating systems, networks and protocol. A true Client – Server approach
has to be used. Both the system should allow the distribution of system functions such as data
acquisition and control and graphical user interface, etc. across the network to allow
maximum flexibility and performance. The architecture should include support of various wide
area networks using standard hardware and software to link nodes into a single integrated
system.
38.2 The system shall support a scalable architecture for future expansions. Additional operator
interface units shall be able or be added to the TFAS system without the need for additional
database servers or I/O Servers. Expansions to database sizing shall be simple (such as
entering a new authorization code) and not require additional database servers or I/O Servers.

39.0 SYSTEM SOFTWARE & APPLICATION SOFTWARE: -


39.1 OS environment shall be MS Windows Latest Available Version & Application software may be
Open System software having RDBMS like SQL Server or Oracle. The operating system
software should be modular in design & shall provide effective utilization of all system
resources and facilitate future expansion.
39.2 The software application that acts as Application Program interface will connect to device
such as PLC/DCS RTU or Data source or Database and translate the data into a standard based
on OPC format (OLE for Process Control) which defines the methods for exchange the real
time automation data and automation of the OPC standard interface makes possible
interoperability between automation / control application and field system / devices and
business / office application.
39.3 The System shall conform to OPC Standards.
39.4 Antivirus Protection:

39.4.1 General
 The Antivirus solution should protect the information assets like servers etc., from all
the attacks originating from places inside/outside network due to virus, Malware, such
as Adware, Spyware, Remote administration Trojan, Dialers, Root kits, Worms, Joke
Programs, Remote Access and Hack Tools and other malicious program, and should
give appropriate warning messages.
 Solution should seamlessly integrate all endpoint protection technologies (antivirus,
antispyware, desktop firewall, IPS/IDS, and device control) in a single agent.
 The antivirus must protect against all kinds of viruses, Trojan horses and worms
including boot sector, memory resident, file multipartite, macro, stealth and
polymorphism, partition table and any other forms of exploits.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 217
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 The Antivirus should be capable of detecting and blocking communication from host
that are spreading viruses/ worms to the machine running the antivirus.
 The TFAS vendor must provide licensed Antivirus package which are reflecting in the
“Leader Quadrant” of Gartner magic Quadrant for Endpoint securities i.e Kaspersky
Lab/ Symantec (Version 12 or above)/ Sophos/ McAfee (Currently Intel Securities
Version 10.1 or above)/ Trent Micro.
 It should be possible to upgrade virus definition daily as well as when required. For
that purpose selected access through Firewall would be extended to the authorised
user of TA Integrator.
 It should support scan for HTML, JAVA, ActiveX & VB script viruses.
 Solution should provide protection for unseen threats (i.e. Zero day Threats) includes
Proactive Threat Scan, which does not rely only on signatures.
 The proposed solution should be capable of providing detailed graphical reports
through centralized AV management console. Reports should contain data such as
number of machines updated, the number of detected events, actions performed by
the Antivirus Client etc. should have capability to save reports in spreadsheet and text
format.
 The antivirus solution must provide incremental updates rather than distribution of
the full updates each time and updates should resume from the point where it was
disconnected.

39.4.2 Auto Update of Antivirus virus definitions


 The automation vendor shall test antivirus updates in their lab before releasing the
update for deployment in IOCL locations.
 The automation vendor shall provide the link of the virus update repository to IOCL
which will be white listed in the IOCL network.
39.5 The vendor shall be fully responsible for maintaining updated antivirus throughout CAMC
period at no extra cost to Indian Oil Corporation Ltd.
39.6 The application software should be GUI (i.e. Graphic User Interface) based & should have
excellent features in regard to real time data acquisition, data & alarm processing, database
downloading, Terminal security, access etc. The software should also meet our desired
operational criterion in regard to T/T loading, scheduling, stock recording, monitoring &
control of product movement.
39.7 The operator interface module shall provide centralized information to terminal operator to
monitor and control the complete automated terminal operation at various locations of
terminal in the fields like menu driven data entry screen through structured pull up & pull
down menus, manipulation of control loops, alarm displays & annunciation, bar graphic
displays & status indications, logging & trending including historical trend recording, self
diagnostic messages etc. As far as operational displays are concerned, displays viz. Overview
display, Group display, Loop/Point display(for tag based),Graphic display, Alarm monitoring &
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 218
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

display, Database Management system display, Trend display shall be possible at the
minimum. The offered base software shall have a copyright or registered trademark. TFAS-MS
software should be offered complete with standard 3 rd party interface software functional
modules like ODBC, M.S. Data Exchange, to enable TFAS-MS system to be integrated with
existing SAP system.
39.8 The report generation module shall be capable of generating various reports and logs for all
measured and computed parameters as per requirement. The system should provide scope
for database generation & configuration with multilevel security access into the system. All
the communication between TFAS-MS and peripheral units shall be established through
secured data transfers. The networking communication shall be selected keeping in view the
number of peripherals & instrument connected on the network and with higher throughput.
Provision shall be available to export reports to XML, PDF, HTML, Microsoft word, Excel,
ODBC databases, Lotus Notes Mail etc.

40.0 Flexibility should be kept in software to re-designate each tank, pump for a new product,
which will in turn maintain its stock accounts as per the amendment.

41.0 Vendor to incorporate and provide various software features as highlighted below as a part of
their standard TFAS package as a minimum
41.1 Data Acquisition and Control

41.1.1 The TFAS system will provide Data Acquisition and Control facilities using device drivers. Any
other device required for data acquisition and control, device driver for that shall be made
available. It is desirable that all the field instruments which require drivers can be kept in the
library of the system.

41.1.2 In addition, database changes made on-line shall instantly apply system wide and shall not
require a Network Operating System (e.g. NetWare, LAN Manager, Banyan Vines) based file
server to achieve this.

41.1.3 Configuration: The communication drivers can be provided for any device and will be made
on-line after restarting the particular driver process and not the whole TFAS. If there is any
particular requirement to restart the whole TFAS, that to be carried out with prior intimation
and approval to location preferably when there is no operation. The parameters that can be
modified shall be minimum as follows:
 Device Type
 Communication Port
 Communications Timeout
 Number of Data Bits
 Number of Stop Bits

41.1.4 The system will perform checks on data integrity of all data acquired from the device. Should
and invalid or timeout response be received, the data shall be ignored and the system
record the transaction as an error.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 219
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

41.2 System Database

41.2.1 The system should provide a comprehensive real-time database incorporating data from
analog, logical or pulse inputs. The database should be configurable by the end user without
the need for any programming and should be able to be modified on-line without
interrupting the operation of the system. However, in case if graphical presentation is
required, little programming may be necessary.

41.2.2 The system should not permit manipulation of the data in the back end.

41.2.3 The database should also provide historization of selected attributes and should be
accessible by all facilities of the system including standards displays, customized displays,
reports, trends, etc.

41.2.4 Configuration: All configuration of the database should be possible while the system is on-
line by users with sufficient security access. Configuration should not require the need for
any programming, compiling or linking and should not require shutting down or restarting of
the system. However TFAS / driver process may need restarting, if changes are for device
driver or new device is to be incorporated or new graphical representation is required. In
addition, historical data collection should not be interrupted for device attributes, not
affected by configuration changes.

41.2.5 The system will maintain portions of the database requiring frequent high-speed access as
memory resident information and other less frequently accessed data as disk resident data.
Memory resident data shall be checked & pointed to disk every minute to minimize loss of
data in the event of loss of power or other system failure.

41.2.6 Database backup shall be possible with the system on-line including backup of historical
based data. The backup may be stored to either external portable storage device as
available.
41.3 Historical Database

41.3.1 Historization of selected attributes shall be available and shall be configurable for the same
type of attribute. Historization for the selected attributes shall be provided for snapshots
with interval ranging from 5 seconds to 24 hours.

41.3.2 Once assigned to history, attribute data shall be available through standard SQL statements.
The graphical operator interfaces, trend and report generation should be able to access
historical data.

41.3.3 Modifications to the history collection of an attribute data shall be possible on-line without
the loss of previously collected data for the attribute being changed or any other attribute in
the system currently being historized.
41.4 Event Database

41.4.1 The system will necessarily maintain the following event information (but not limited to):
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 220
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Alarms
 Alarm Acknowledgements
 Return to Normal
 Operator Control Actions [i.e. Operator initiated device control actions]
 Operator Login & Security Level Changes
 On-line Database Modifications
 Communications Alarms
 System Reset Messages.

41.4.2 The Event Database shall be capable of holding up to any number of events on-line.
Standard Displays shall be provided to show the current event information with the most
recent event at the top of the display. Subsequent page forward actions will allow display of
progressively older events. Sorting and filtering of the events shall be possible with pre-
configured standard reports.

41.4.3 The Event Database entries should contain the following information:
 Time & Date Stamp
 Device Name [i.e. Device Tag]
 Event Type [i.e. Device type for the event]
 Alarm Priority
 Device Description
 New Attribute Value
 Engineering Units

41.4.4 The Event Database must also be accessible from other subsystems such as the Operator
Interface and Report Generation.
41.5 User ID & Password Authentication

41.5.1 The operator can login to the system by entering correct user IDand password. The User ID
and password must be of minimum six (6) alpha-numeric characters in length and also allow
use of special characters. The password shall be encrypted.

41.5.2 After a series of three (3) unsuccessful attempts to login, the operator shall be locked for a
configurable period. The time–out period shall be set via system configuration displays.
During operator station lockout, the other windows functions of the computer running the
operator station software shall not be affected.

41.5.3 Each operator shall be assigned a password and a set of authorized areas / group. The
operator may logout at any time.

41.5.4 The system shall provide a facility to allow all operators to change their password at any
time.

41.5.5 When a password is changed, the system shall not permit the new password to be the same
as any of the last ten (10) passwords used in the past three (3) months. All passwords stored
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 221
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

in the system shall be encrypted. Administrator can define the user account validity and he
can forcefully logout the currently logged in user. Provision for automatic timed out/ sign off
from the operator station should be available.

41.5.6 System shall not allow to copy or paste TFAS login/ TFAS Transaction passwords. The same
has to be mandatorily typed.
41.6 Standard system displays

41.6.1 The following displays should be included as a part of the system:


 Alarm Summary Display
 Event Summary Display
 Device Detail template Displays (for each Device in the database)
 Communications status displays
 System status displays
 Operator Scratchpad Display

41.6.2 The Alarm summary, event summary, Device Detail, Communications status, system status
should not require any configuration and shall be automatically populated once the
database has been defined.
41.7 Status Displays

41.7.1 System status displays shall be available on all operator stations. They shall display the
following information:
 Communication failures
 Operator Stations off-line
 Standby mode of the system
41.8 Administration Displays

41.8.1 The system shall provide the following full screen displays as standard:
 Master system menu
 Report summary
 Alarm summary
 Event summary
 Display summary
 System parameters configuration [will be available to admin user]Holiday assignment
 Pushbutton assignment
 Operator definition
 Operator message board
 Device attribute Detail for every configured attribute
41.9 Alarm Management
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 222
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

41.9.1 The system shall support comprehensive alarm detection and management facilities to allow
fast and accurate notification to the operator of abnormal conditions within the process.

41.9.2 Alarm Types: The system will support the following alarm types:
 System
 Process

41.9.3 Alarm Priorities: The System should support any number of alarm priorities as follows:
 Critical
 High
 Low

41.9.4 The audible alarm should be configurable for each of the above alarm priorities. If enabled,
the annunciator on the operator station will sound. The operator station shall be able to use
multimedia technologies (such as wave files and sound cards) to provide realistic alarm
annunciation. In the event that subsequent alarms are received, the audible alarm should
once again be activated.

41.9.5 Alarm Processing: Assigning an alarm to the point will automatically cause the system to
perform the following activities when an alarm occurs:
The alarm shall be time stamped to the nearest second and logged in the Event Database
with the Device Tag, alarm type, alarm Priority, New value and Engineering Units.
The attribute value of the alarm will turn red and flash on any standard or custom display
that uses the attribute.
 An Unacknowledged alarm entry shall be made in the system alarm summary for Low,
High and Urgent alarms
 The audible alarm will sound (if configured)
 The alarm annunciator indicator will flash
In addition, the alarm zone of the Operator Interface must show the most recent (or
optionally oldest), highest priority, unacknowledged alarm in the system.

41.9.6 Alarm Acknowledgement: The system will provide for efficient alarm acknowledgement in a
number of ways as follows:
 Selection of the alarm summary display and pressing the dedicated acknowledge button.
 By performing a page acknowledge from the alarm summary display.
On acknowledgement by the operator, the flashing indicator will turn steady, and the device
attribute should remain red on any system or custom graphic. The acknowledgement should
also be logged in the Event Database identifying the operator or station that acknowledged
the alarm. Should the device/device attribute go out of alarm before being acknowledged by
the operator, the alarm should be shown in alarm summary display and remain in the list until
specifically acknowledged by the operator.

41.9.7 Alarm Annunciation: Alarms shall be annunciated by:


 Alarm message appearing on dedicated alarm line on operator interface
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 223
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Alarm message appearing on alarm summary display


 Audible tone
 Alarm message printed on the alarm printer
Alarm annunciation will take advantage of multimedia technology by providing realistic alarm
sounds (via. Wave files)

41.9.8 Alarm Logging: As well as being logged on the printer, alarms shall be logged on an event file
for future retrieval in alarm reports or archiving to removable media.

41.9.9 Alarm Filtering: The Alarm Summary shall be able to filter the alarms displayed to the
operator.
The filtering criteria shall include as a minimum:
 Alarm Priorities (i.e. Urgent, High, Low)
 Unacknowledged Alarms only
 Individual areas only [i.e. device type wise]

41.9.10 Additional Alarm Information: The TFAS system shall provide support for an additional
message to be tagged to the alarm. This message will provide the operator with additional
information on the alarm but will not clutter the alarm summary. It will appear in a separate
message summary at the same time as the alarm appears in the alarm summary.
The messages can be pre configured and then simply attached to individual alarms through
standard display.
41.10 Trending

41.10.1 The system should provide flexible trending, allowing real-time, historical or archived data to
be trended. In addition, trend data types should be able to be combined to allow for
comparisons between data, if possible e.g. current real-time data vs archived data.

41.10.2 Trend Capabilities


The system should provide trending capability with the following functions.
 Real time trending
 Historical trending
 Archived History trending
 Trend Scrolling
 Trend Zoom
 Cursor readout of trend data
 Trend comparisons between archived, real-time and historical data
 Independent Y –axis per attribute on multi-plot style trends. It must be possible to
display the Y-axis for any attribute [from selected attributes] on the trend by simply
selecting the attribute of any supported device, using the mouse or keyboard copying
the currently displayed trend data to the clipboard for pasting into spreadsheet or
document.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 224
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

41.11 Reporting

41.11.1 The system should support a flexible reporting package to allow easy generation of report
data. The reports provided should include pre-configured standard reports for common
requirements such as Alarm Event reports and customized report generation facilities using
standard report generator tools such as Crystal Report that are configurable by the user.

41.11.2 Standard reports: The following pre-formatted reports should be available on the system:
 Alarm / Event Report
 Operator Trail Report
 Device Trail Report
 Alarm Duration Report
 Device Attribute Report
 Customized report
 Free format report
 TFAS monitoring report
 Equipment/system downtime report

41.11.3 The following pre-formatted reports should be available on the system:


1. Alarm/Exception Reports
 List of Alarms - (Detailed and Consolidated)
 List of Audits - (Detailed and Consolidated)
2. Inventory Reports (Only for Current Data)
 Vessel Inventory Report - (Detailed and Consolidated)
 Vessel Inventory Report Product Wise
3. Material Dispatch/Receipt Reports (Only for Current Data)
 Vessel Dispatch Details
 Vessel Details (All Modes I.e. Dispatch, Receipt, Dormant, Tank to tank Recirculation )
4. Stock Reports (Only for Current Data)
 Stock Inventory Report
5. Loss/Gain Reports (Only for Current Data)
 Loss Or Gain Report
6. Cylinder count – hot air sealing unit
7. Meter Totalizer Report (Only for Current Data)
 Meter Totalizer Report
 Additive Quantity Report
8. Pipeline Product Receipt Report
 Product Receipt Report
9. OMC Product Dispatch/ Receipt Report
 Product Dispatch Report
 Product Receipt Report

41.11.4 Configuration of these reports should only require entry of the schedule information and
other parameters such as Device Name/Device Tag, Filter information, time interval for
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 225
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

search and destination printers to fully configure the report. Specifically, no programming or
scripting shall be required.

41.11.5 Alarm / Event Report


A report shall be provided to produce a summary of all events of a specified type occurring in
a period.

41.11.6 Operator Trail report


A report shall be provided to produce a summary of all operator actions relating to a specific
operator in a specified period.

41.11.7 Device Trail Report


A report shall be provided to produce a summary of all events of a specified type occurring in
a period on nominated Devices.

41.11.8 Device Attribute Report


A report shall be provided to Devices selected by one of the following attribute criteria:
 Out-of services
 Alarm suppressed
 In Manual mode

41.11.9 Customized Reports


In addition, configurable report generation facilities using standard report generator such as
Crystal Report must be provided to allow custom reports to be produced. They shall be able
to be configured at any time with the system ON LINE. These reports shall be able to access
any data base values and have the facility for carrying out calculations in order to produce
averages, summations, efficiencies or any other derived values. Results of these calculations
shall be stored in the database or in files. The report layout shall be also user defined and
shall be up to 132 columns wide of unrestricted length. The report generator should have the
following capabilities:
 Access to all real-time and historical databases
 Access to user entered data
 Arithmetic calculation capability
 Statistical calculation capability
 Report format will be provided in tender/HO/location

41.11.10 TFAS monitoring reports


A report with following parameters is to be generated at the end of each day at a fixed time to
assess proper functionality and working of TFAS. This report is to be saved separately in a
folder with path as Year -> Month -> Date -> “TFAS monitoring report”. User shall have the
facility to generate this report for any period of time as and when required.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 226
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sl.
Description Instances
No.
1 Numbers of ROV kept in Local / Off Mode

2 Error logs of Process PLC and Safety PLC

3 Occurrences of erratic Level data ( abnormal variation)


%age uptime of both primary and standbyTFAS-MS / PLC / Safety
4
PLC
Numbers of exceptions of all safety equipments/systems- Fire
5
Engines/DGs/UPS/Jockey pump/Bore well etc
6 Number of alarms bypassed in product and water tanks

7 Events of ROV abrupt closures, if any,during PLT/TLD


Instances of Hydrant pressure less than 7 kg/cm2 or more than
8
11Kg/cm2
9 Instances of changes in database

10 Instances of GMS alarms

41.11.11 Report Activation


Reports shall be able to be activated in any of the following ways:
 Periodic activation at user specified intervals
 Operator Demanded
 Event Initiated / Application Initiated
41.12 Data Exchange

41.12.1 Interfacing to another System


Interfacing to another system can be done through OPC.

41.12.2 Data Exchange with a Relational Database


The system must be able to write data to and read data from
 Oracle
 Microsoft Access
 Microsoft SQL

41.12.3 It shall be possible to transfer data either periodically (i.e. scheduled), when an event occurs
or on demand by the operator.

41.12.4 Data Exchange with Microsoft Excel, Word, XML, PDF, HTML, ODBC (thru’ reports)Databases
etc.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 227
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

41.12.5 As a minimum the following should be supported:


 Allow retrieval of data either periodically or snapshot
 Allow retrieval of data via standard SQL statements.
 Allow retrieval of Device tag names, descriptions etc.
 Allow retrieval of historical data of configured attributes
41.13 Redundancy
This facility shall enable the system to operate in a fully redundant configuration without
failure. To achieve this following functionality must be provided as a minimum

41.13.1 Server Redundancy


The system must be capable of running a pair of similarly configured computers in a hot
redundant configuration where at any point in time, one is the acting Primary and the other
the acting backup. An on-line database duplication mechanism must be supported.
Simply scanning I/O [i.e. collecting data from field] on two separate systems and processing
independently is not acceptable. The database duplication must be performed on a per-
transaction basis for two reasons:
To ensure that the duplicated Backup database is consistent at all times with the Primary
database. The change over from Primary to Secondary and vice versa should be bumpless.
To avoid unnecessary loading of field devices caused by duplicate polling.
It must be possible to remove one of the redundant systems for maintenance without
interrupting operation, and upon its reinstatement, re-synchronize the databases (auto
synchronization), again without interruption to system operation. A simple method of
manually initiating fail over must be provided to assist with such maintenance operations.
Failure of either system must be announced audibly and visually via the alarming subsystem.

41.13.2 Communications Redundancy


The system must be capable of supporting fully duplicated communication links to field
devices, which support this type of connection. Capabilities should exist to interface to
devices via:
 Direct Serial Connection (or Modem)
 Direct Ethernet connection
 Serial Connection via Ethernet connected terminal servers.
The system must be able to directly communicate with the Terminal servers via Ethernet.
Operator stations must be capable of switching automatically between the redundant
computers in the event of fail over, and switching between two Ethernet automatically in the
event of an Ethernet failure.
41.14 Services
The vendor should be capable of providing supporting services as detailed in the following
sections.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 228
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

41.14.1 Training
The vendor either at vendor’s premises or on site should provide standard training on all
aspects of the system. Vendor shall provide schedule for training.

41.14.2 Configuration Services


The vendor should be able to supply all necessary configuration services if required including
controller configuration, database configuration, etc.

41.14.3 Installation Services


The vendor should be able to provide installation services for the system including validation
services if necessary.

41.14.4 Hardware maintenance


The vendor should be able to provide hardware maintenance and spare parts support if
required.
41.15 Software enhancement & Software Support
The vendor should be able to provide a comprehensive software maintenance and
enhancement program for on – going support of the system.

41.15.1 End of Shift Operation


At the end of each business shift (As declared by the terminal operations personnel), a
number of activities occur that allow terminal personnel to reconcile current inventory value
against the shift’s activities. The system shall Performa end of shift.
All transactions that occur between each end of shift process shall be assigned a shift number
A number of reports shall be generated at end of shift, and trial reports shall also be
generated throughout the day, defined as activity from start-of-shift until time of report
generated. These reports are the following minimum.
 Product loading summary Report
 Product Loading Detail Report
 Bay Loading Summary Report
 Bay Loading Detail Report
 Carousal filling Summary Report
 Carousal filling Detail Report
 Vessel Movement Report
 Vessel Reconciliation / Loss / Gain Report
 MFM Totaliser report

41.15.2 End of day operations:


At the end of each business day, a number of activities occur that allow terminal personnel to
reconcile current inventory values against the day’s activities. The system shall also allow the
operator to start the end-of-day process, either Manually or Automatically.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 229
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

At the end of the day, the TFAS-MS system shall perform all the activities as intended for EOD
and store the product inventory data in this memory and it shall be transmitted to SAP as and
when it is demanded from SAP system.

41.15.3 End of month operation:


End of Month processing shall be similar to End-Of-Day processing, expect for several key
aspects such as:
Automatic Month End is at midnight on the last day of the month. End of Month could
happen at a different time of day than normal End of Day processing.
Interface with the Customer’s commercial (Host) system:
APPLICATION SOFTWARE can be interfaced with various Customer’s commercial (Host)
system (e.g. SAP or any other ERP/ Proprietary), to exchange load information and master
details.
In case of unavailability of the customer’s business (Host) system, APPLICATION SOFTWARE
allows entry of load information and master details.

42.0 Fault/ Down Time Reports


42.1 Fault detection module to be kept in the TFAS-MS/TFAS software which will be able to provide
system generated Down time calculation for individual Instruments/ equipments/ skids and
sub system/ System as a whole. Also, Fault register for mechanical equipments/ instruments
(fault and rectification reporting for which can be made only in off line mode) to be
developed in an application software where IOCL representative can log fault and can
acknowledge fault rectification after updation of fault rectification by TFAS vendor’s
representative. Both the facility with provision for capturing "Remarks wrt fault
attribution" column duly filled up and agreed by counterparts would endow with system
generated downtime calculation for each Equipment/ Instrument/ Sub system. Following
reports will be generated:

42.1.1 Equipment/ Instrument wise Down Time Calculation

43.0 Web access:


43.1 A separate Web server can be setup to access the Web enabled pages. An Active Server Pages
(ASP) are available to view the data over Internet browser.
43.2 The selected access to real time data/ status/ MIS to be shared through web by maintaining a
Demilitarized Network system which must be kept isolated from rest of the communication
network as far as possible through Firewall as per the schematic diagram shown below:
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 230
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

43.3 The Status sharing access would be strictly White listed and for only status/ MIS/ Critical
Alarms viewing and strictly “NOT FOR ANY CONTROL OPERATION”.
43.4 The web server shall be interfaced with IOCL’s IS network (Marketing Intranet).
43.5 The web server shall get data from TFAS-Management Server and DCS based TFAS software.
43.6 The users over intranet shall access the Web server through the IOCL’s network.
43.7 The web server shall use the standard ports (http, https) for providing data to the users over
intranet.
43.8 Web servers shall be installed through Firewall and hooked up with local intranet at the
location.
43.9 Important screens shall be developed by the vendor in HTML/ASP etc for remote viewing by
any PC on the intranet of IOCL.
43.10 HMI pages containing current process data shall be made available on web access to Owner’s
existing intranet on remote PCs. Web Server shall have capability to provide real time trends
of process parameters.
43.11 The web server shall be windows based.
43.12 Software for web server:

43.12.1 The supplied web server shall have license for minimum 20 concurrent users.

43.12.2 Software program shall become the property of Owner. The licenses application shall not
disclose the confidential operations by owners.

43.12.3 The web server shall enable the ability to access the SCADA System provider’s proposed
display screens, reports, trends, etc. through the use of a web browser in a read only
fashion.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 231
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

43.12.4 Simplified graphic screen capturing key parameters should be available. The Web Server
shall enable the ability to access the SCADA System provider’s proposed display screens,
reports, trends, etc. through the use of a web browser in a read-only fashion.

43.12.5 Number of HMI screens to be developed for Web Server for display on web clients is 10.

43.12.6 Active directory authentication is required.

44.0 Optional (for future expandability and upgradeability in existing software)-


44.1 Slot Booking
Powerful tool shall manage the busy Terminal. Allows Terminal Manager to define the
available time slot for their customer. Customer can book his slot for filling his truck over the
Internet.
44.2 Mobile phone interface:
The status of the truck should be inquired over a mobile phone using the SMS facility.
Configured alarms should be sent as SMS to configured user.

45.0 OPC Support:


45.1 Application Software package should support OPC Servers/Clients. Any SCADA system can
access the process data using OPC server.

46.0 Graphics:
46.1 Indicative list of graphics to be prepared for:
 Plant Overview
 System Architecture (with real time communication status)
 Control System Configuration
 Bulk Tanker Loading and Unloading Gantry Overview (Graphical)
 Gantry Overview (Tabular)
 Bays Overview
 Single Bay Detail
 Individual loading/ unloading point details
 Storage Vessel Farm Overview - Product Wise
 Trends For Storage vessel Parameters
 FCU / PLC Configuration Overview
 Redundancy Management
 Pump House Overview –LPG and compressor
 Fire Engines (Status, Remote operation)
 DG Engines (Status)
 Air compressor ( Status)
 Auto/manual
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 232
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

 Dynamic Load detail


 Discharge pressure
 Run Hour
 Start count
 Vessel pressure
 Bore well (Status and Control)
 Auto/manual
 Run Hour
 Water tanks (Level, volume, alarms)
 ROV (Status and Control)
 Deluge Valve status for each zone
 Auto/manual
 Status of Water pressure Switch
 Status of Air pressure Switch
 GMS ( Status, alarms and % LEL values)
 UPS (Status)
 Pipeline Receipt ( Status, parameters shared)
 MFM receipt/despatch/loading/TT calibration ( Status, parameters as per tender
requirement such as Mass, Density, temperature, Volume at ambient temperature, at
15 deg C and at 29.5 deg C etc )
 Solar Panel
 Hot air sealing unit
 Multifunction meter electrical load
 Authority System
 Process Alarm List
 Process Event List
 Control System Alarm List
 Control System Event List
 Historical Database Management

Note: All GUI screen must have soft ESD tab.


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 233
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

DESIGN PHILOSOPHY OF
INSTRUMENTATION
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 234
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

CONTENT

1.00 Scope
1.01 Environmental Conditions
1.02 Area Classification and System Design Basis
1.03 Standards
2.00 General
2.01 Units for Measurement
2.02 Interconnection/Communication between pkg. vendor insts./ Radar / ROV /
Fire Alarm Panel / Pipe line Division PLC
2.03 PT, DPT Transmitters
2.04 Pressure Gauges
2.05 Pressure Switches
2.06 Flow Transmitters
2.07 Level Transmitters (TFMS)
2.08 Level Switches
2.09 Multi point temperature Sensor to be Connected to Radar LT
2.10 HC Gas Detectors
2.11 ROVs, Digital Control Valve
2.12 Control System
2.13 Cables
2.14 Junction Boxes
2.15 Local Instruments Installation
2.16 Electric-Instruments Supply
2.17 Instrument Tappings
2.18 Earthing System
2.19 Fire Detectors
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 235
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.00 SCOPE
This document defines the Design Philosophy, Standards, and Engineering practices
to be followed during DEP activities for the project.
Brief description of the project indicating project and client’s name, location,
capacity etc. shall also be indicated

1.01 Environmental Conditions


Climate [X] Tropical
Relative Humidity [X] Ref Process Design Basis
Atmosphere [X] Ref Process Design Basis

1.02 Area Classification and System Design Basis

Plant area classification shall be: Zone 1 as per IEC

Plant Instrumentation design shall be:


[X] Intrinsically safe (Exi) [X] FLAMEPROOF ex’d’

Certificated by statutory authorities like (For Imported components)


[X] BASEEFA [X] EN (CENELEC) [X] PTB [X] FM [X] UL

NOTES

1. Petroleum And Explosives Safety Organization (PESO)/ Chief Controller of Explosives


(CCOE), Nagpur or Director General of Mines Safety (DGMS) in India certificate shall
be furnished for all intrinsically safe and Flame proof enclosures.
2. For locally manufactured Flame proof enclosures, testing shall be carried out by
CMRI/ERTL in addition to certificate of Petroleum And Explosives Safety Organization
(PESO)/ Chief Controller of Explosives (CCE), Nagpur

1.03 Standards
The following additional Standards shall be used/and taken into account
duringinstrument engineering and design.
AI-RP-520 Part I/II -- Recommended practice for the Design and
Installation of Pressure-relieving System in
Refineries
API-RP-550 Part I -- Manual on installation of Refinery
Instruments and Control Systems
ANSI/ISA-S75.01 -- Control Valve sizing equations
ANSI/ISA S.39.2 -- Control Valve capacity test Procedure for
Incompressible Fluids
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 236
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ANSI/ISA S.39.4 -- Control Valve capacity test fluids


ANSI/ISA-RP 3.2 -- Flange mounted Shart Edge Orifice Plates
for Flow Measurement
ANSI/ISA-S 75.03 -- Uniform Face to Face Dimensions for
Flanged Globe Style Control Valve
Bodies
ANSI B 16.104 -- American National Standard for Control
Valve leakage
-- ISA Handbook of Control Valves
J.Hutchinson
Other applicable standards listed else-where in this document standard specification.

2.00 GENERAL

Control Room/Control Panel [X] SIL 3 Safety PLC for Shut down
system And Gas detection and fire
alarm related operations control
with Engineering cum operator
work station and SOE PC.

[X] General purpose PLC for Processes


and related operations control with
Engineering cum operator work
station.

[X] Operator console to be used.


Additional new Engineering cum
operator work station to be
provided in Control room
[X] TFMS for tank level monitoring and
Product inventory management
through LRC & SAP

[X] Electronic microprocessor based


Fire Alram
And access control Instruments
- Control room requirement [X] For PLC , Safety PLC, TFMS, LRC etc
- Field circuits design [ ] Safe area
[X] HAZARDOUS Area
- Field instrument protection [X] Weather proof IP-65 for Transmitter
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 237
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

[X] Ex(i) , if unavoidable Ex(d) .


- Equipments Electric rules [X] IEC / ISA
for control & acquisitions
- Installation Electric [X] IEC / ISA
- Multicables [X] Above ground in aluminum Cable
Tray
[X] In RCC trench in aluminum Cable
Tray
[X] In GI / Hume pipe underneath
culverts
- Safety valve rule (Refer Mechanical) [X] API-RP-520
[X] ASME-SEC.VIII & I
- Interlock circuit [X] PLC System for Transferring pumps
[ ] Static Logic
[X] New PLC based control System Fail
Safe Certified for new facility
[ ] Relay based for Local Panel
- Electric Supply [X] 230 V AC Ungrounded UPS
- Engineering Std. [X] All applicable International Std /
PDIL.
- Language for documents [X] English
- P&l diagram instrument symbols [ ] ISAS 5.1 Std.

2.01 Units for Measurement (M.K.S. System)


- Temperature [X] °C
- Flow-liquid [X] LPM at 15 °C
- Gas [ ] NM3/Hr at 0°C and 1 Ata
- Steam [ ] KG/Hr
- Mass [X] KG/Hr
- Level - Process [X] 0-100%

- Tank [X] mm & Meter


- Pressure [X] Kg/cm2g
- Vaccum [X] Kg/cm2 A / mmWC
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 238
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

2.02 Interconnection/Communication between pkg. vendor insts./ Radar / MOVs / Fire Alarm
Panel / Pipe line PLC/ GMS/ PROCESS PLC/ Hot air sealing unit/ solar panel/ multifunction
meter for electrical load etc
[X] TFMS Protocol / MODBUS RS-
485(IS) / Profibus..
[X] ISOLATED 4-20 mA analog signal
powered from main panel/PLC
based Control system
[X] Potential free contacts foralarm/trip
to& from Pipe line PLC
2.03PT , DPT Transmitters
Type [X] Motion free, Smart type Hart
Protocol
Signal [X] 4-20 mA D.C. (2 wire loop)
+ super imposed Digital
Precision [X] +/- 0.075% F.S. min.
(except draft range)
Circuit [X] EExi for hazardous area
Enclosure Execution [X] Weather proof IP-65 min.
Body Material [ ] SS
Housing Material [ ] SS
[X] Die cast Aluminium
Rating 100 Kg/cm2 [X] According to design pressure for PT,
Standard for others except draft
Range Transmitters
Flange Type [X] Traditional for PT, FT and DPT
[ ] Co-Planar Type flange
Vent/Drain Screw [X] On Process Flange(s)
Process Connection [X] 1/2” NPTF on body for Pr. & DPT Tr.
[ ] 1/2” NPTF on Oval flanges for
Dif. Pr. Tr.
[X] Instrument connection on pipes and
vessels (Refer standard enclosed)
[ ] 3” Flange diaphragm seal
(for special services)

Manifold (Supported on Pipe) [X] 3 Way Valves for Diff. Pr. Tr.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 239
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

[X] 2 Way Valves for Pr. Tr.


Inlet Ckts. [X] Exi
Power Supply [X] 2 Wire System
Electric Connection [X] 1/2” ANSI B 2.1 NPTF
SS Plugged

Tropicalizing [X] Yes, MFR STD.


Local Indicator [X] Incorporated (Output) - Digital
Radio Frequency Protection [X] Yes
Lightning Protection [ ] Optional
2.04Pressure Gauges
Element [X] Bourdon for standard gauges
[ ] Bellows/diaphragm for low
pressure
[ ] Diaphragm for Volumetric Seal
Sensor Material [X] Stainless Steel 316 SS min.
[ ] Others for special application.
Dial [X] 150 mm
Case [X] Stainless Steel case (SS304 /SS316)
[ ] Aluminimum
[ ] Plastic
Ranges [X] Manufacturer STD
Zero adjust [X] With micrometer pointer
Process connection [X] 1/2” NPTM on Std. gauges ANSI B
2.1
[ ] 1” / 2” / 3” Flanged for Capilary Vol.
Seal Insts.
[ ] Others for special cases
Precision [X] + 1% F.S. (Typical)
Glycerine filling [X] For vibrating locations
Other accessories [X] As required

2.05 Pressure Switches


Element [X] Bourdon / bellow / diaphragm /
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 240
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

piston
Type [ ] Blind
Sensor Material [X] AISI - 316 (min)
Enclosure [X] Weatherproof IP-65 min. Aluminum
Process connection [X] 1/2” NPTF ANSI B 2.1 AISI 316 min
[ ] 1” / 2” / 3” Flanged for diaphragm
sealed
Electric connection [X] 1/2” NPTF ANSI B 2.1
Electric element [X] SPDT, SNAP , Silver plated Contacts

2.06 Special Flow Transmitters


Type [X] Turbine meter
[ ] Other Vol. flow meters - PD Meter
[X] Mass flow meters -
(Coriolis Type)

Totalizer [X] Field


[X] Control Room

2.07 (TFMS) Level Transmitters


Type [ ] Guided wave type level transmitter

[ ] Servo with Intelligent Tank Data


Transmitter including density
Connected to TFMS
[X] Radar type and AV. Temp.
Measurement Connected to TFMS
Body Material [X] Line Specification, SS as a minimum
Electric Circuits [X] Ex(i) for Hazardous Area, Ex(d) for
Radar
Enclosure Execution [X] IP-65 min.
Process Connections [X] 24” for CRVT RADAR Gauge, 4” for
Verticle fire
Water Tank and 8” with still well for
IFRVT RADAR Gauge
[X] Manufacturer Std.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 241
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

[X] As per attached standard


instrument connection
on pipes and vessel
Electric Connections [X] 1/2” ANSI (NPTF), SS Plugged
Pneumatic Connections [ ] 1/4” ANSI NPTF plugged
Hydraulic Test Pressure [X] According to flange rating
(Including FLOAT)
Installation [X] Direct
[ ] On stand pipe
Typical length [ ] Manufacturer Std.
Special Level Insts. [ ] Ultrasonic/float type gauges
etc. depending upon application

2.08 Level Switches


Type [ ] External float
(Direct mounted type only if
unavoidable)
[X] Internal float
[ ] With 1/2” NPT Vent & Drain for
external float chambers
Body Material [ ] Line Specification
Enclosure Execution [ ] Weather proof IP-65
Electrical Circuit [ ] Exi for Hazardous area
Contacts (Electrical) [X] SPDT, hermetically sealed or
Gold Plated Contacts
Process Connection [X] 4” Flanged Pneumatic/Internal float
type
[X] Manufacturer Std.
[ ] 1.1/2” ANSI B 16.5 Flanged
Rating as per Vessel Design in
general
[ ] Side-side for external chambers
[ ] Top for internal float type
Electric connection [X] 1/2” ANSI NPTF
Hydraulic Test Pressure [ ] According Flange rating
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 242
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

2.09 Multi point temperature Sensor to be Connected to Radar LT


Standard [X] DIN 43760
Element [X] Pt 100 OHM at 0OC
[X] Mineral Oxide insulated
(Ins.> 500 M OHM)
@ ambient 500 V DC after 1 hr. in
hot
water 100 C followed by immersion
for 24 hrs. in cold water)
Sheath Material [X] AISI - 316 min.
No of temperature elements [X] As per API STD 2543
Installation [X] In Thermo well
Nozzle [X] 2” Flange 300#
Head for RTD
Head Material [X] Light alloy Non incendiary (LM6)
Head Execution [X] IP-65
Electric Connection [X] 1/2” ANSI B 2.1 NPT(F)

2.10 HC Gas Detectors


Type [X] Infra-red type (point & open path
Type)
[X] 3 wire transmitters
[X] Power supply -24 VDC
[ ] Monitoring Instruments
augmentation
to the existing system
[X] Detectors to be connected to
SAFETY PLC
[X] Hooter and beacon 230VAC
(Individual)

2.11 ROV ,Digital Control Valves, MOVs

Base Type [X] Gate for ROV


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 243
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

[X] Ball valve for ROVs


[X] Digital Control Valve
(Diaphragmtype)
[ ] Eccentric Rotating if required
[X] Full Bore for On-Off valve.
[X] Metal seat \ Soft seated as per
seating class.
Body Material [X] As per Material selection chart in
Standard specification
Trim Material [X] As per Material selection chart in
Standard
Specification, SS316L as a minimum,
[X] Special trim for cavitating/
flashing services
Yoke Material [X] Cast Steel
Piping Connections [X] Flanged
Minimum Rating [X] 300 #
Actuator [X] Hydrolic diaphragm type with
pressed steel diaphragm case
wherever applicable

Shut off valves [X] Size and port equal to the line size
Packing [X] Non Lubricated type
Accessories [X] All mounted & tubed
Solenoid [X] IP-67, 1/2” NPTF cable entry
(No flying lead)
[X] AISI 316 S.S. body
[ ] Brass body
Solenoid Valve enclosure [ ] General Purpose for safe area
[X] Ex (d) for Hazardous area
[ ] Ex (i) for Hazardous area
Limit Switch [X] Weatherproof IP 65 min. (without
flying leads) Snap acting micro
[X] NPN type Proximity sensor (P&F) for
all valves
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 244
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Handwheel [X] Side mounted on yoke


Noise level limit [X] 85 dBA for continuous service

2.12 Control System


Operation and monitoring [X] PLC based Control system shall be
provide
Type [X] Control loops intrinsically safe Ex(i)
[X] Certified galvanic isolator repeater
Units for 4-20 mA loops
Foreign device interface [X] Required for TFMS
[X] Required for CCTV
Alarm Generation [X] Software \ Annunciation window of
operatorConsole
Redundancy [X] Controller (1:1 Redundancy)
[X] Power supply
[X] Communication sub system
Loading [X] 60% maximum for Processor
[X] 60% maximum for Communication
processor
Barrier [X] Intrinsically safe barrier (Isolating
type) required for AI/DI and DO
signals to field
Symbol for Logic Diagram [X] IEC / SAMA
Interlock execution [X] With shutdown system
PLC configuration for shutdown [X] TMR/QMR Processor with
1oo2D/2oo4D/2oo3D with Single
IO's with diagnostrics&
Redundant Power Supply as a
minimum
Logic Processing [X] Fail safe certified by reputed
agencies like TUV etc.
Input Circuits [X] Normally Closed for Trip
Circuit (Open For Failure / shut –
down)
[X] Normally Open for other circuits
[X] Analogue for field transmitter
No. of Channels [X] 3 separate channels (2 out of 3
Voting Logic) for all TRIP logic
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 245
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

[X] 1 (One) for other circuits


Type [X] PLC based
[ ] Solid State (Static logic)
[X] Provision to change in Program
With safeguards for PLC
[X] PLC based logic
[X] Audible alarm Annunciation Field
mounted / Operator console
mount

Switches [X] with key & lamp, on Board /


Console, Wherever required
[X] Field mounted push button /
Hardware switch On Board /
Console for emergency Stop
[X] With illuminated push button on
MOSAIC where ever required as
per finalized P&ID
By Pass Cause [X] In PLC, Soft – Through the PLC
Operator station– Only for process reasons. Visual alarm annunciation will be
available in PLC Operator station.
(Bypass switch will bypass the
output contact & not the initiating
contact)
By pass switch location [ ] On board or console
[X] On PLC (soft switch)
Active By pass alerting [ ] Light alerting (YELLOW)
[X] On PLC (soft indication)
Shut down switches / Push [X] Mushroom type Push button with
buttons type in operator console protection cover
[X] Miniature push buttons
Shut down Push-buttons location [ ] On Panel front / Mosaic
[X] As per P&ID
Switches on field (Loop type) [ ] Std. Isolated for Safe area
[X] Ex (i) for Hazardous area
[X] Potential free contact
Pump Interlocks [ ] Local
[X] Main PLC
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 246
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

2.13 Cables
Multicables running [X] New Perforated GI tray
[X] Galvanised Pipe Conduite / hume
pipe if
required for Underground Cabling
[X] Galvanised Pipe Conduite / hume
pipe for trench crossing
[X] Flexible HDPE pipe for Fiber Optic
cable laying
[X] Hume Pipe for Road Crossing
Cable entry to Control room panels [X] Through cable gallery \ cellar room
Cable entry to Control room cable [X] Through RCC Trench.

Gallery \ cellar room


Cable Trays [X] Perforated GI tray
[ ] Aluminium for local area
Secondary Cables on [ ] Angles for single cable/tubes
suitably clamped
[X] On cable tray
Signal and Power Cables [X] API PP 550 RULE
Separation [X] Intrinsic safety regulations
Cables [X] 1.5 mm2 Cu cable for single pair
Signal / RTD/ control cable
[X] 1.5 mm2 Cu cable for multipairs
Signal/Control cable
[X] 2.5 mm2 Cu cable for Power cable
[X] Armoured Al. Mylar tape
Shielded
[X] FRLS type
[X] FR type
Pair/Triad Identification [X] Pair/Triad No. printed on each
core sequentially at 1 meter on core
Shielding
[X] Pair/Triad for single pair signal
cables.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 247
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

[X] Individual Pair/Triad & overall


shielded for Multipair signal/Triad
cable
[X] Overall for other control cables
Core Insulation [ ] as per Vendor Std.
[X] as per Standard Specification.
[X] PVC for I.S. Application
Outer Sheath and Inner Sheath color
Inner
Type of cable Outer sheath Conductor Insulation
sheath
Fire Resistant Cable -IS Light Blue Black Blue / Black
Signal / Control IS Light Blue Black Blue / Black
Signal / Control Non IS Grey Black White / Black
Power Black Black Red / Black
Alarm IS, Non IS Black Black White / Black
Triad cable IS Blue Black Black / Blue / Brown

2.14 Junction Boxes


Type [X] Weatherproof IP 65 min. with
Mounting brackets hinged door for
IS signals
[X] Explosion proof (EEx d) for Non-IS
signals
[X] Multipair cable bottom entry
[X] Single pair cable – side entry

Material [X] Light-alloy (non-sparking,


non-incendiary type like LM6
or equivalent)
Cable Glands [X] With Junction Boxes
Cable Glands type [X] Stainless Steel
[ ] Light alloy (Al)
[X] Double Compression type
[X] Shrouds
Jn. Box Colour [X] Grey (Non I.S.)
[X] Blue for intrinsically safe loops
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 248
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

No. of entries (For 12 Pair cable) [X] 14 for signal cables & 2 for multipair
cable.

No. of entries (For 6 Pair cable) [X] 8 for signal cables & 2 for multipair
cable.

No. of entries (For 8 Triad cable) [X] 10 for signal cables & 2 for multipair
cable.

Note : Junction Boxes and cable glands will be certified according to CENELEC/I.S. Codes.

2.15 Local Instruments Installation


Instrument Installation [ ]Close coupled
[X] Remote
[X] Paving/platform/column
Impulse Piping [X] Material acc. to line spec.
[X] Rigid 1/2” seamless pipe, mimimum
Sch.80 for CS and Sch.40s for SS.
[ ] Others in special cases

Fitting for rigid pipes [X] Material acc. to line spec.(Note 1)


[X] Dimensions as per ANSI Std.
[X] Welded
[X] Screwed where unavoidable

NOTE : 1) Pipe Fittings shall be standardized in two ratings of 3000 lbs.


and 6000 lbs. Higher ratings where applicable.
Manifolds
Instrument valve manifolds (Note-1)
i) For pressure gauges [ ]Integral [X]Fabricated
ii) For flow DP transmitter [X]Integral [ ]Fabricated
iii) For Others [ ]Integral [X]Fabricated
iv) For Pressure transmitter [X]Integral [ ]Fabricated

Impulse Line valves


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 249
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

(After first 4isolation valve provided by piping) (Note-1)


Isolation valves [X]Gate [ ]Globe
Vent/drain valves [ ]Gate [X]Globe
End Cap [X]Required [ ]Not required

2.16 Electric - Instruments Supply


110V AC 110V DC 24V DC* 110 V AC 230 VAC
50Hz.UPS Non UPS 50Hz UPS

a) Processe PLC [ ] [ ] [ ] [ ] [X]

b) Supervisory [ ] [ ] [ ] [ ] [X]
Computer
c) Package Units [ ] [ ] [ ] [ ] [X]
d) Alarm Annunciator [ ] [ ] [ ] [ ] [X]
e) SAFETY PLC [ ] [ ] [ ] [ ] [X]
f) Relay based [ ] [ ] [ ] [ ] [X]
Interlock & Shutdown system
g) Solenoid Valves [ ] [ ] [ ] [ ] [X]
h) Transmitters [ ] [ ] [X] [ ] [ ]
i) Gas Detection System [ ] [ ] [ ] [ ] [X]
j) Accesses Control [ ] [ ] [ ] [ ] [X]
System
k) CCTV [ ] [ ] [ ] [ ] [X]
System
l) Cabinets Lighting [ ] [ ] [ ] [ ] [X]
Control Room
m) Mass flow meter [ ] [ ] [ ] [ ] [X]
Note-a: 230VAC UPS Supply for field instruments shall be supplied from a separate PDB
cabinet \ section which shall be provided with isolation transformer
b: 24 VDC wherever required shall be provided with Redundant Bulk Power supply unit
with diode O ring.
2.17 Instrument Tappings :
a)Nozzles and take off : Refer Notes

2.18 Earthing system


a) Panels, racks, cabinets, consoles [X] Separate electrical earth grid
shelters etc. and all Junction boxes
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 250
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

with power more than 230 V


b) Signal earth [X] Separate dedicated earth grid (Note 8)

c) Barrier earth [X] Separate dedicated earth grid


(Only for Zener barriers, if applicable)

Note
1) Integral manifold shall be used for DP type flow Transmitter. Piping (as per PMS) shall be
used for Impulse lines. Piping shall be used between integral manifold & transmitter.
Impulse line valves shall be gate type.
2) For flow, level, Pressure & Temperature instruments, switches & transmitters shall be
connected directly to system for monitoring, controlling & generating alarm in PLC.
Similarly for shutdown loops also, only transmitters (4 –20 MA) shall be used & the same
shall be connected to PLC as AI
3) If communication through modbus is envisaged.
4) PLC earth grids shall be separate, Earth grid shall be formed by integrating more than one
earth pit. As a minimum two earth pits shall be connected to one grid.
5) Mandatory spares, commissioning spares & consumables shall form part of main
instruments supply.
6) Local push button staion for closing of Shutdown ROVs shall be provided. Local Panel
lamps, pushbuttons & selector switches shall be ex-proof \ IS type only
7) All auto - manual selector switches, Start / Stop PB’s, Emergency stop PB’s for pumps shall
be realized in MCC.
8) Local Indicator wiring philosophy:
For loops, it shall be from PLC dual input barrier.
9) In line-mounted instruments like Mass flow meter shall be provided with double block &
bypass valve.
10) Instruments shall have individual tapings from process lines. Independent tapping points
shall be provided for instruments related to Trip, Control /Monitoring and local. They shall
not be from the same tapping point from the main process line.
11) Separate dedicated redundant interface module / gateway shall be provided for each third
party device which shall be connected to PLC.
12) Aluminum canopies shall be provided for all field transmitters, SOV’s, JB’s etc..
13) UPS failure and fire alarm system indication of Control room shall be provided in
annunciator cabin in control room, Voltage trend of UPS shall be provided in PLC.
14) For IS signals, Input / Output barrier shall be used. In the case of non-IS signals shall be
connected to PLC through interposing relays.
15) All structural supports, Stanchion, Impulse lines shall be painted. Tag no painting (yellow
back ground with black lettering) shall be provided.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 251
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

16) Multi & Branch cables shall be glanded & ferruled as per ferruling philosophy. Cable
shrouds shall be provided for cable glands.
17) Hand held Programmers, Hardwares, softwares for programmers, HART configuration and
other calibration units required shall be considered.
18) Tag palates and name plates in cables, instruments, JB’s shall be minimum SS.
19) Separate temperature transmitters shall be used for all the temperature measurements.
20) All Emergency push buttons shall be provided with protection guard.
*************
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 252
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FIELD INSTRUMENTS
SPECIFICATION
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 253
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TECHNICAL SCOPE OF SUPPLY


& INSTALLATION FOR
INSTRUMENT VALVES
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 254
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

None of other documents require approval unless specified in Spec Sheets.


1) QAP shall be approved by IOCL & IOCL’s approved inspector.
2) Field Area Is Classified As Hazardous Class Zine-1 Gas Gr. II A/B, Temp. Class T3.
3) Ambient Temp Min. / Max. = 9 / 45 0C RH Max. = 100 %
4) Miniature Type Air Filter Regulator set is not acceptable.
5) Vendor shall furnish sizing of ROVs and s including noise calculation, torque calculation
etc.
6) Each ROV and CV s shall be completely assembled with actuator, air sets, solenoids /
steam tracing, limit / proximity switches etc. wherever applicable. Interconnection among
all components and accessories shall be carried out with ¼” O.D. / ½” O.D. SS tubing and
SS compression fittings.
7) The ROV ball valve design shall be as per API 608 or BS 5351 or A5ME 816.34 as specified
in the individual valve technical specification sheets. The inspection and testing shall be in
accordance with API 598 or ASME B16.34 or BS 6755 Pt1 as applicable. For valves with fire
safe design shall be fire safe tested in accordance to the requirements of API 607/ API 6FA
or 8S 6755 Pt2 as applicable, ROV Valve End connection type, size and rating shall be as
per enclosed valve Specification sheets. If not specified otherwise, flange connections type
shall conform to ASME B 16.5 butt weld ends to ASME816.25, Socket weld ends to
ASME8 16.11 and threaded ends shall be as per ASME 82.1 NPT. Flange facing shall be RF
with concentrated serrated grooving up to 600 Ibs rating and valve body flanges of 900 Ibs
rating and above shall have ring joint facing suitable for octagonal soft metal gaskets as
per ASME 816.20.
8) The port sizes of ball valves shall be full, if not otherwise specified in the Individual
9) ROV Ball valves sizes greater than 6" shall be provided with support (and bolting holes)
as well as lifting lugs. Specification sheets.
10) The valve body rating shall be equal to or higher than the flange rating specified in the
data sheets.
11) Where provided, on-off valve bottom drains shall be plugged off or blind flanged. Where
a plug is used, threads shall correspond to ANSI/ASME B 1.20.1 (NPT). Where a flange is
used, its dimensions and rating shall correspond to ANSI/ASME B16.5.
12) In case of ball-type of on-off valves The valve design shall ensure valve seat and body
protection against thermal expansion of the entrapped fluid when the on-off valve is fully
close.
13) The term trim covers disc/ball, seat ring, shaft and guide bushing.
14) Ball of on-off valves shall be bi-directional type. The valve seat design for these valves
shall provide tight shut off for flow in either direction.
15) The Ball valve design shall confirm to either API 608 or BS5351 or ASME B16.34 as
specified in the valve technical specification sheet. The inspection and testing shall be in
accordance with API 598 or ASME B16.34 or BS6755 Pt1 as applicable. For valves with fire
safe design shall be fire safe tested in accordance to the requirements of API 607/API6FA
or BS6755 as applicable.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 255
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

16) Fire Safe Design


a) Wherever fire safe actuator and controls have been asked for, actuators and all
accessories such as SOVs, air volume bottles etc. shall meet the fire proof
requirement is ensure normal valve operation even during and after exposure to fire.
Vendor shall provide the fire proofing box to cover the entire valve assembly as per
the standard.
b) Wherever the valves are indicated as fire safe on the data sheets they shall be tested
for fire safe as per BS-6755 (Part-2) when the valves are supplied with metal-to-metal
seats and shall be tested as per API 607 latest edition when the valves are provided
with soft seats. In case soft-seated valves with fire safe design are offered, vendor’s
design shall be such that soft seat is not damaged while closing/opening of the valve.
c) Vendor must note that all items i.e. actuators, its accessories and interconnecting
tubing including Volume bottles is required to be protected under fire exposure
conditions. The fire protection methodology like fully enclosed fireboxes or special
material coverage are acceptable provided fire safe certification is provided for
complete assembly as indicated above.
d) No deviation shall be acceptable on this clause.
e) Vendor shall furnish type test certificate for fire safe design of the valve actuators and
controls for the offered models along with the offer. In case, earlier fire safe test
carried out by vendor is not applicable for quoted size/rating of the valve, then vendor
shall carry out the test for fire safe design for the offered valves/actuators & controls
and same shall be included in their scope. Additionally, vendor shall furnish third
party certificate for fire safe testing of valve/actuator & controls along with the offer.

f) Back up volume bottles for the valve operation shall be designed inline with ASME Sec.
VIII requirement. Each volume bottle shall be sized for a minimum of 3 valve
strokes.Backup bottles shall also meet the requirement of fireproofing in case
fireproof actuators and controls have been asked for.

17) Identification and Marking- Following to be marked in permanent marking as well as in SS


Tag plate for ROV and CV – “SELECTED Cv “.

18) Actuator
a) Vendor shall be fully responsible for the sizing and selection of the correct actuator for
the specified valve. While sizing the actuator, vendor shall ensure that the actuator is
able to develop sufficient thrust to properly seat the valve plug/disc at the actuator air
pressure and shut-off conditions specified in the purchaser’s data sheets.

b) Actuator orientation shall be as per purchaser’s requirements, in general. When, no


requirements are indicated by purchaser, vendor shall provide recommended actuator
orientation. It shall be possible to change this orientation at site for the offered
valve- actuator combination in case it is found necessary.

19.1 DIAPHRAGM ACTUATOR ( If selected)


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 256
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

19.1.1 Actuator case shall be of pressed steel.

19.1.2 Springs shall be corrosion resistant.

19.1.3 Actuator diaphragm material shall be Neoprene Rubber in general

20.2 ROTARY ACTUATOR (If selected)

20.2.1 Quarter turn single/double acting rack & pinion and scotch yoke type pneumaticActuator
shall be applicable for all quarter turn valves (Ball valve)

20.2.2 The actuator enclosure shall be of CS or aluminium or ductile Iron (for high
torqueapplication), painted with corrosive resistive paint & have facility for spring
replacement of the valve in operation.

20.2 .3 Manual hand wheel shall be provided at the side of each actuator wherever specified in the
individual specification sheet.

19) VOLUME BOOSTER


Volume Boosters shall be provided if required for improving stroking time. The boostersshall
have aluminium alloy body with Buna N/Nylon diaphragm and all stainless steel Wetted
parts. Inlet/outlet connections shall conform to the valve tubing arrangements. The booster
shall be mounted on the control valve Yoke/body

20) TRV :
21.1 The manufacturer shall furnish calculations in accordance with the code specified in the
Individual instrument specification sheets. Each manufacturer to state its own “K” factor and
actual measurable area. In addition, approx. weight of each valve shall be specified.
All the above information shall be submitted at the time of bidding, approval after orderplacement
& along with final despatch.
21.2 The percent over-pressure and accumulation used in calculation for sizing of relieving
devices shall be considered as indicated in the individual specification sheet.

21.3 In general, safety / relief valves for thermal expansion (on liquids) shall be 3/4” x 1”, NPT
ASME B 2-1 unless otherwise specified in specification sheet.

21.4 Balancing or Sealing Bellows shall be used under the following conditions or as specified in
the individual specification sheet.

a) When the back pressure exceeds 10% of the set pressure.


b) The back pressure is variable.
c) The valve is handling corrosive fluid.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 257
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

21.5 Material Of Valve Body shall conform to the material specified in the enclosed Individual
instrument specification sheets. In general valve body material and rating shall conform
to upstream line specification or specification of the vessel wherever it is mounted.

22) Inspection and Testing

22.1 ROV & Control valve 


Valves shall be inspected and tested to ascertain that the supply is in accordance with
specification. The inspections & tests shall not relieve the supplier / manufacturer from his
responsibilities for materials and the performance of the equipment supplied. All test /
inspection shall be carried out in presence of Owner's representative / authorized
inspection agency. The supplier shall inform Owner / Inspector in advance and make
available all the necessary facilities.
a) Seat Leakage Test - The valve seat leakage shall be in accordance withANSI B16.104.
There
shall be no leakage from connections or from outer edges of the shells and no
permanent deformation of the diaphragm.
b) Check of leakage from packing & gaskets.
c) Performance Tests :
Plug / Seat leak test : As per specified code.
Sound Pressure : Less than 85 dB for continuous operation.
Level : Less than 100 dB for vent application.
Full stroke time : As per specification.

d) Functional tests:
- Valve position on energy failure
- Limit switches | |
- Lockup valves |--- As applicable
- Booster relays |
- Handwheel |
e) The following checks shall be carried out on the valves successfully tested.
- Dust proof paintings (except for stainless steel )& protections.
- Cleaning of internal parts of the body.
- Protective plugs against infiltration of foreign materials
- Protection against possible impacts.
- Valve data plates
22.2 TRV
The following tests shall be carried out as a minimum for safety valves
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 258
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

(i) Verification of cold differential test pressure 100% for all valves
(ii) Hydraulic pressure tests for primary parts (Refer ANSI B 96.1 for
terminology) shall be tested at 1.5 times the set pressure.
(iii) Pneumatic shell test for closed bonnet valves on secondary side shall be at
1.5 times back pressure (or) 2 kg/cm2 whichever higher when back pressure
is zero or not stated. For positive back pressure test pressure shall be 1.5
times the back pressure.
(iv) Seat leakage test for metal to metal seated safety valves shall be done in
accordance with API-527
(v) Vendor’s test certificate for material conformance and pressure test to be
provided.
(vi) Sealing test on bellows ( as per manufacturer’s standard) Test certificate
verification for coefficient of discharge

23) Vendor shall ensure that offer is complete in all respect. The models and prices quoted
shall include all components, accessories, services documentation and other costs
required to meet the BID specifications, so that the instruments can be commissioned and
put on without any further additional accessories and services. If after placement of order
it is found that Vendor has to change the Model no. / add accessories / components or
additional services are required to meet ITB requirements , vendors shall also do so at
their own cost, even if the model no might have been approved by PDIL / Owner. Vendor
alone is fully responsible for the correctness of the model quoted.
24) VALVE ERECTION WORK

24.1 Work Excluded from Instrumentation Package


24.1.1 Supply of reducers, stud-nuts, gaskets etc. for on- line instruments and other flanged
Instruments.
24.1.2 Dismantling of existing Gate valve, Ball Valve, Globe valve, pipeline, 3 way valve etc.
24.1.3 Installation of line mounted instruments like Remote operated control valves, orifice plates
and flanges, tank level indicators (Mechanical type) etc.
24.1.4 Impulse and air header line for remote operated valve, Control valve.
24.1.5 First block valve for instrument tapping points on piping and equipments.
24.2 Coordination during valve calibration / stroke checking , pre-commissioning and
commissioning with mechanical and other sub-contractors(Automation contractor) for
proper installation of on- valves, which involve real of valves disconnection of tubes;
reconnection of same for alignment and proper installation.
24.3 Coordination during installation by other contractor, pre-commissioning and
commissioning with mechanical and other sub-contractors for proper installation of on-
line mounted instruments like Remote Operated valve, control valve, orifice assemblies,
etc. which involve removal of instruments, disconnection of tubes / cables; reconnection of
same for alignment and proper installation.
25 Submission of final material appropriation statements for all the materials issued by the
OWNER.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 259
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

26 Additional Work:Where requested by OWNER / Engineer-in-Charge or his Authorized


representatives, all or any of the works not detailed shall also be executed as per OWNER
approved SOR rates.
27 Supply of reducers, stud-nuts, gaskets etc as required for all the valves.

DEVIATION LIST

Sheet Complied Not Complied


PDIL Doc.No. Clause No.
No. with variation Indicate Reasons

CERTIFIED THAT ABOVE MENTIONED ARE THE ONLY DEVIATIONS IN QUOTATION SUBMITTED BY US.

DATE: SIGNATURE
COMPANY’S SEAL

NOTE:
BIDDER TO FURNISH LIST OF DEVIATIONS IN THIS FORMAT ONLY.
The bidder shall indicate the deviation/non-compliance from the technical specification if any,
Document & Clause-wise, otherwise it will be considered that the bidder will supply the materials
exactly as per specifications and execute the job as per requirements given in different
documents of ITB. In case of non-compliance or compliance with variation, the bidder shall
furnish the reasons in the above FORMAT of the \ Deviation List /.

PRESSURE TRANSMITTER

Sr. Parameter Minimum Requirements


No
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 260
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. Parameter Minimum Requirements


No

1 Service Water Line, LPG, Vapour

2 Type Variable capacitance /Piezo resistance/ Resonant silicon


sensor

3 Location Cooling water line, Compressor line, on evacuation vessel etc.

4 Accuracy 0.065 % of span

5 Over range protection 150% of range

6 Field Indicator Inbuilt, Digital in Engineering Unit (Kg/cm2) with smart


protocol.

7 Output Signal 4 –20mA along with HART OUTPUT/MODBUS

8 Power 24 V DC, 2 Wire

9 Protection Circuit protected against Lightening &surges (Minimum up to


1 KVA of surges), Reverse Polarity

10 Enclosure class Ex-proof, IP 65 /NEMA 4 or better, PESO / CCOE approved


and Intrinsically Safe

11 I.S. Barrier Required (If applicable)

12 Area Classification Zone I & II, Gr. IIA/IIB, T3 as per IS2148

13 Execution Intrinsic safe with active barrier in control room / Ex-Proof

14 Mounting On 2” Pipe / ½” pipe as per site requirement

15 Wetted Parts (M.O.C) SS 316

16 Case Material Polyurethane coated Die cast Aluminium/ polyester powder


coated Aluminium (suitable for use in corrosive environment)

17 Range 0- 15 Kg/cm2 or as per site requirement.

Connection

18 Process Connection ½” NPT(F)

19 Electrical Connection ½” NPT(F)


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 261
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. Parameter Minimum Requirements


No

20 Manifold SS316 – 2 way suitable to process connection.

21 Mounting Kit Necessary accessories suitable for 2” NB/ ½” NB pipe


mounting. Tapping from pipeline shall be vertical.

22 Tag Plate Metal tag plate to be provided


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 262
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

DIFFERENTIAL PRESSURE TRANSMITTER

Sr. Parameter Minimum Requirements


No
1 Service

2 Type Variable capacitance /Piezo resistance/ Resonant silicon sensor

3 Location Across strainer of LPG pump, filter to carousal


0.065 % of span
4 Accuracy

5 Over range protection 150% of range

6 Field Indicator Inbuilt, Digital in Engineering Unit (Kg/cm2)

7 Output Signal 4 –20mA along with HART convertor/FF

8 Power 24 V DC, 2 Wire

9 Protection Circuit protected against Lightening &surges (Minimum up to 1


KVA of surges), Reverse Polarity

10 Enclosure class Ex-proof, IP 65 /NEMA 4 or better and Intrinsically Safe (IS)

11 I.S. Barrier Required

12 Area Classification Zone I & II, Gr. IIA/IIB, T3 as per IS2148

13 Execution Intrinsic safe with active barrier in control room / Ex-Proof

14 Mounting Across Strainer with bottom entry & coplanar style.

15 Wetted Parts (M.O.C) SS 316

16 Case Material Polyurethane coated Die cast Aluminium/ polyester powder


coated Aluminium (suitable for use in corrosive environment)

17 Range 0-2 Kg/cm2 or as per site requirement

Connection

18 Process Connection ½” NPT (F)

19 Electrical Connection ½” NPT(F)

20 Manifold SS316 – 3 way suitable to process connection.


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 263
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. Parameter Minimum Requirements


No
21 Mounting Kit Necessary accessories suitable for mounting across strainer

22 Tag Plate Metal tag plate to be provided

23 Approvals CCOE/PESO
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 264
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LEVEL SWITCH

Sr.
Parameter Minimum Requirements
No

1 Application Tank Level Hi and Lo

2 Service U/G Cooling Water Tanks at LPG pump house

3 Type Magnet- Float / Displacer Type

4 Location On tank top

3” ANSI 150 class RF / On angle support on open sump


5 Process connection
tank

6 Orientation TOP

7 Float / Displacer material SS 304

8 Other wetted parts SS 304

9 Enclosure housing IP 65 or better /weather proof cum Flameproof

10 Output 2 Nos. Relay Contact for Hi and Lo alarm

11 Switch type 2 X SPDT Hermetically sealed

12 Switch rating 230 V AC, 5 Amp

13 Contact open on level Hi and Lo

Specification with catalogue, GA drawing, Installation /


14 Documents: Mounting drawing, test certificates, calibration
certificates, Operation & Installation manual
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 265
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

MAGNETIC LIQUID LEVEL GAUGE WITH LEVEL TRANSMITTER

Sr.
Parameter Minimum Requirements
No
A Magnetic level gauge

1 Application Level Measurement

2 Service LPG, Vapour

3 Specific gravity 0.7 gm/cc to 0.95 gm/cc

4 Type Magnetic Float Type, rugged design

5 Location Side Mounted

6 Process connection 1” ANSI 150 class RF

Chamber type Top & bottom Flange

Type Side Mounted, flanged End.

Dia 60 mm or as per Design Engineering


7
Length Upto 3m ( As per site requirement)

Material (Chamber) SS 316 / SS 316 L

Material (Other wetted parts) SS 316 / SS 316 L

Float

Material SS 316 / SS 316 L


8
50 mm or as per design based on chamber size and
Dia
process fluid.

Local Indication

Type Bi-color Rotating flappers ( Magnetically coupled)


9
Powder coated Aluminum with least count minimum
Scale
10mm

Mounting Clamping on side of the chamber

10 Transmitter
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 266
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr.
Parameter Minimum Requirements
No
Accuracy +/- 6mm or better

Output HART/ 4-20 mA signal proportional to level

Enclosure Weather proof to IP65 or better & Explosion proof

Mounting Clamping on side of the chamber

CCOE/ PESO for use in hazardous area confirming to


Approval
zone 1 group. IIA / IIB, T3

Shut off valve – SS ball valves, drain & Vent valves,


11 Accessories
mounting accessories etc

THERMAL RELIEF VALVE/PRESSURE RELIEF VALVE

Sl. No. Parameter Description

General

1. Type Direct operated, Single Piece, Spring based pressure setting


adjustable Pressure regulating Valve

2. End connection ½ ” (15 mm)/1” (25 mm) as per site requirement

3. Design Code ASME B 16.34

4. Test Code ANSI B 16.34.

5. End Connection ANSI 150 # Flanged type

6. Operating Temp/ Humidity Refer Site Data

7. Body Type Globe

8. Paint High Gloss Enamel Equip. Blue RAL 5017

9. Set Pressure 8.0 -10.5 kg /cm2 depending upon Site specific Line Pressure
with adjustable check nuts

10. Seat Leakage As per FCI 70-2 (ANSI 16.104, Class IV, V & VI (Standard
Leakage Rates). Metal to Soft Seating- Bubble tight (Zero
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 267
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Leakage).

11. Pressure setting Required


adjustment

Material of Construction

12. Body ASTM A 216 Gr. WCB, CF8/ CF 8M

13. Plug SS 316

14. Stem SS 316

15. Sensing Diaphragm Viton from DUPONT/3M or better

16. Sealing material & Bonding Viton from DUPONT/3M or better


& O-rings

17. Gasket All gasket used shall be of metallic type. Gaskets with
asbestos filler shall not be used

18. Nuts SS 316

19. Bolts SS 316

20. DTR System (Tubbing, SS 316


Connectors & Needle
Valves)

Note: TRV along with isolation valves, NRV (if recommended by OEM or standard design) are to be
provided at every blocked portion of the pipeline to discharge the excess pressure built up in
downstream to upstream across the pipeline at TLF gantry and Header line as per BOQ.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 268
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

ESD PUSH BUTTON STATION

Sr.
Parameter Minimum Requirements
No

Zone -1, Gas groups – I, IIA & IIB as per IS: 2148/1981, Temp. Class –
1 Explosion proof
T6.

2 Weatherproof IP 65 or better Degree of protection as per IS: 13947 (Part -1) 1993.

3 Material Cast Aluminum Alloy LM6

Inside & Outside Light Grey Epoxy Powder coated to shade 631 As per
4 Finish
IS: 5

5 Earthing 1 No. Inside & 2 Nos. outside Brass/ S.S. (M6) screws with washers.

6 Gasket O Ring endless Neoprene rubber gasket

7 Terminals 2.5/4 sq mm clip-on type terminal

8 Cable Entries ¾” NPT cable entries from bottom side or as per design required

10 Contact ratings 5A , 240 V AC, 2NO+2NC contact element.

Red mushroom head press to ESD & Reverse turn to release with pad
locking arrangement in ESD position.
11 Push Button
ESD Push button shall be provided with protection cover so that it
does not get pressed accidently

12 Mounting. Wall / Column type along with canopy

13 Approvals CMRI & PESO (CCOE)


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 269
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

CONTROL ROOM
EQUIPMENTS SPECIFICATION
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 270
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

PROCESS PLC
1.0 General
1.1 Programmable logic controller (PLC) shall be in dual redundant hot standby/ parallel
redundant with dual processors and single I/Os for all processes - DI, DO, AI & AO as
specified.
1.2 The CPU for PLC shall have minimum of 32 bit processor to enhance the processor speed.
1.3 The PLC system shall have Tag based addressing. The database of the system shall be in the
CPU including the tags, program and comments.
1.4 The PLC shall support programming in multiple programming languages including function
blocks, ladder logic, sequential flow charts and structured text.
1.5 Programmable logic controller (PLC) system shall be programmable, modular
microprocessor based safety system, which shall be used for implementation of safety
shutdown/interlocks and terminal operation monitoring.
1.6 The system shall be designed "fault tolerant", as a minimum by selecting high-grade
components of proven quality and proper design of system electronics. The system shall be
highly reliable, high-integrity safety system on both qualitative and quantitative
technologies. Redundancy shall be provided as a minimum, as per this specification to
improve system availability, reliability and safety. Due consideration shall be given to the
environmental conditions particularly for field mounted subsystems.
1.7 The system shall be modular in construction, scalable and expandable in future by adding
additional modules, which shall be easily accessible for maintenance and repair. The
modules shall be suitable for inserting in 19" rack/ DIN Rail/Back plane mounting. The types
of modules shall be kept to minimum possible in order to have inter changeability and low
spares inventory.
1.8 The PLC shall have very high noise immunity in order to ensure safe and reliable operation
when subjected to electrical radio frequency interference and electromagnetic disturbances
expected in a plant. The design of system electronics shall be in compliance with the
electromagnetic compatibility requirements as per IEC-61000-4.
1.9 The system shall have extensive set of self-diagnostics hardware and software for easy and
fast maintenance of PLC. Routine checks should run automatically at frequent intervals for
identifying any fault in software or hardware. Diagnostics shall be required at local module
level.
1.10 Operation of the PLC shall be completely unaffected by a momentary power loss of the
order of 20 milliseconds.
1.11 The scan time of programmable controller shall be of the order of 100 milliseconds. Scan
time of PLC is defined as the cycle time taken by the system to read input, process input
executing logic, and update control output for all the logic configured within the system.
Other activities like diagnostic routines, output/dump of data to peripherals, or any other
activity, which consume processor time, shall also be accounted while computing scan time.
1.12 On-line replacement of any module shall be possible (Hot swappable) in such a way that the
removal and addition of the module shall be possible without de-energizing the system.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 271
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Further, there shall not be any interruption in the system while replacing a faulty module
except for the inputs/outputs, which are being handled, by that module.
1.13 The process control system shall be based on open system architecture i.e. the system shall
have inherent capacity to integrate and exchange information with other brand system
devices and platforms via industry standard communications, platforms and protocols such
as MODBUS, PROFIBUS, OLE for Process Control (OPC) or Ethernet TCP/IP.
1.14 The system shall be able to support various types of field buses. As a minimum, PROFIBUS,
MODBUS Master & Slave, Modbus TCP should be available.
1.15 All Controller and IO Cards shall be G1 as per ISA 71.04 from the source of origin.
1.16 The PLC system shall work in ambient temperature of 0 deg C to 55 deg C and humidity up to
95%.
1.17 Interposing Relays shall be used where the PLC DOs are interfaced with MCC panels and
where the drive load is more.
2.0 Spares philosophy
2.1 Minimum 30% spare modules with complete wiring shall be provided in input/output
subsystem on module basis (for each type of IO modules) or with a minimum of one module
of each type whichever is higher to enhance the system functional requirements for future.
2.2 In addition to above, system shall have the following minimum spare capability
a) I/O racks of PLC shall have 20% useable spare slots for installing both digital &
analog I/O modules with space for installation of additional TBs, relays, barriers etc
required for complete wiring of each type of IO module in future. These racks shall
be part of the offer.
b) Whenever relays are used to interface process input/outputs with PLC 30%
additional relays shall be provided and installed. In addition, 20% spare space shall
be provided in cabinets to install 20% additional relays in future.
3.0 System Configuration
The system shall consist of following major subsystems -
3.1 Processor System
3.1.1 The offered processor type shall have a minimum reference capacity to handle 2000/ at
least 4 times real time I/Os whichever is higher.
3.1.2 The processor shall have redundant power supply module.
3.1.3 Redundancy shall be provided such that in case of failure of the primary processor, the
secondary processor shall take over automatically without any time lag. Both processors
shall access the inputs simultaneously. The changeover shall be bump less and the system
shall be safe.
3.1.4 Redundancy shall be provided for complete processor subsystem including CPU, power
supply & host system communication interface.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 272
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

3.1.5 Memory shall be non-volatile. However, in case volatile memory is provided, rechargeable
battery backup shall be provided for a minimum of 3 months to keep the stored program
intact. A battery drain /pass indication shall be provided. The size of the memory shall be
sufficient for storage of the program instructions required by the logic schemes.
3.1.6 Maximum system loadings (excluding spares) on various sub-systems shall be as follows:
 I/O capacity and other hardware - 50 %
 RS 232/RS 485 Interfaces to foreign devices - 50 %
 Processor, incl. user memory- 50 %
 Communication network - 60 %
The vendor shall submit calculations and basis to determine the ability of equipment and
architecture of the system to meet all the requirements in this specification and at the
same time observe the maximum loadings defined. Loading refers to the use of memory,
CPU time and communication capacity. The loading shall consider the “worst case” of high
system activity. During this case, no degradation of system performance is allowed.
3.1.7 In case of failure of complete processor system i.e. both processors system, outputs shall
take fail-safe automatically.
3.1.8 All online modified logic and forced IOs shall be automatically copied to the standby CPU.
3.2 Communication Sub system
3.2.1 The communication subsystem shall be a digital communication bus that provides reliable
and high-speed data transfer between the processor subsystem & I/O subsystem.
3.2.2 Redundancy in communication subsystem shall be as follows unless otherwise specified.
a) Communication Interface between each I/O rack & the processor shall be via
separate dedicated dual redundant communication link. Each rack shall have
redundant communication module.
b) The communication interface between each PLC processor and host LRC system shall
be dual redundant TCP/IP communication.
c) In case of redundant communication subsystem, on the failure of the active device,
the redundant device shall take-over automatically without interrupting the system
operation.
d) Information about the failed device shall be displayed locally as well as on the OIC. It
shall be possible to manually switchover the communication from main bus/device
to redundant bus/device without interrupting the PLC functions.
e) The mechanism used by the system for error checks and control shall be transparent
to the application information/program. Error checking shall be done on all data
transfers by suitable codes. All communication interfaces shall be galvanically or
optically isolated.
3.3 Input /Output subsystem
3.3.1 The maximum number of input/outputs per module shall be limited as follows
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 273
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. No. Type of Configuration Maximum Nos. Of I/Os per Module


32 for Digital input
32 for Digital output
1. I/O Sub-system 16 for Analog input
16 for Analog output
8 for Pulse Input
3.3.2 Each I/O shall be electrically isolated from external control circuit by suitable means. The
minimum isolation level between I/O and logic circuit shall be 1000 VDC. I/O status
indication shall be provided for each I/O module.
3.3.3 Each I/O shall be protected against reversal of polarity of the power supply voltage to I/O.
3.3.4 Each DI/DO module shall have LED for each I/O channel to indicate the status of each
input/output.
3.3.5 Each input shall be provided with filters to filter out any noise in the input line or noise
because of input contact bouncing.
3.3.6 PLC inputs shall be provided with 24 V DC contacts unless otherwise specified.
3.3.7 All the inputs shall preferably be double ended i.e. two wires per input and not common
return for all inputs.
3.3.8 In general all out controls shall be power with 24DC/230VAC redundant power supply.
However actual interrogation voltages shall be as per job specification.
3.3.9 Output contacts from the PLC system shall be 24V DC, 0.5A contacts ratings. Output to field
devices shall be driven through relay.
3.3.10 The output contact rating shall be as follows
Sr. No. Applicable For VOLT Current
rating
1 All output for driving alarm As applicable 0.5 A
2 All output for driving LT 230VAC 5.0 A
motors/pumps/solenoids valve
3.3.11 If Input is from intrinsically safe field instrument then intrinsically safe barriers shall be
provided for Analog / Digital input modules. Only Active Barriers shall be employed for
achieving galvanic isolation, wherever applicable.
3.3.12 Each Input/output shall be short-circuit proof and protected by fuse. Visual indication of fuse
down/blown must be provided for each output as a preferred choice.
3.3.13 The I/O modules, interface modules shall be of the same make/ manufacturer & same family
(series) as the principal manufacturer of processor system.
4.0 Self diagnostics
4.1 The system shall have an extensive set of self-diagnostic routines which shall be able to
identify the system failures at least up to module level including redundant components and
power supplies through detailed CRT displays report print outs and logic programming.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 274
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

4.2 At the local level, failure of a module in any subsystem shall be identified by an individual
LED.
4.3 Self-diagnostics shall be provided to detect faults in the input and output modules.
4.4 AUTO I/O testing for Digital input and digital output is not required.
4.5 Feedback shall be provided internally from the output voting logic system to detect any
latent faults of the system.
5.0 Power supply distribution
5.1 PLC system shall be powered with 230 V ±10% AC from UPS shall be 100% redundant with
safety factor of 1.5. The distribution network for AC power supply shall be designed such
that a single power fault in any branch system shall not cause a trip of the entire system. The
distribution network for interrogation voltage shall be designed such that a single fault in
any branch shall not cause trip of the logic other than where the fault has occurred.
Sequential starting of various load centers shall be provided whenever specified.
5.2 Redundant power supply module shall be provided for each IO rack.
6.0 PLC System Cabinets
6.1 Cabinets shall be `RITTAL’ or equivalent make. Details shall be worked out during detailed
engineering stage and manufacturing standard.
6.2 All interconnection between field and rack room shall be from Marshalling racks only. All
interconnection between marshalling racks and system cabinets within the rack room shall
be through prefabricated cables.
6.3 All the cabinets shall be free standing, enclosed type and shall be designed for bottom entry
of cables through gland plates of preferably 3 mm thickness. Cabinet structure shall be
sound and rigid and shall be provided with removable lifting lugs to permit lifting of the
cabinets.
6.4 Cabinet shall be fabricated from cold rolled steel sheets of minimum 2 mm thickness suitably
reinforced to prevent warping and buckling. Doors & side panels shall be fabricated from
cold rolled steel sheet of minimum 1.5mm thickness. Cabinets shall be thoroughly debarred
and all sharp edges shall be grounded smooth after fabrication. Panel shall be confirming to
degree of protection minimum as per IP-42
6.5 Cabinet finish shall include sand blasting, grinding, chemical cleaning, and surface finishing
by suitable filter and two coats of red lead primer by spray. After drying, final paint shall be
applied. This can either be NC or epoxy depending upon the customer requirements.
Outside color shall be light grey as per RAL 7035 texture finish. Inside of the panel shall be
painted with high gloss white color. Base channel shall be painted black. Non-welded panel
shall be powder coated.
6.6 Each cabinet shall be maximum 2100 mm high (excluding 100-mm channel base), 1200 mm
wide and 800 mm deep, in general. Construction shall be modular preferably to
accommodate 19" standard electrical racks.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 275
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

6.7 All cabinets shall be of same height. Maximum swing out for pivoted card racks, doors and
drawers shall be limited to 600mm. However, standard design of cabinets from approved
PLC manufacturers shall be acceptable.
6.8 Cabinets shall be equipped with the front and rear access doors. Doors shall be equipped
with lockable handles and concealed hinges with pull pins for easy door removal. Cut-outs
shall be properly shaped and devoid of sharp edges. They shall be made by nibbling process
or by drilling and filling. Gas cutting under any circumstances shall not be used for making
cutouts.
6.9 In order to remove dissipated heat effectively from cabinets, vent louvers backed by wire fly
screen shall be provided in cabinet doors. Further two ventilation fans shall be provided.
6.10 Illumination shall be provided for all cabinets which shall be operated by door switch.
6.11 Cabinet lighting shall be 230 V AC non-UPS only and the LED lamps shall be white threaded
type or better. One no. additional socket shall be provided in each cabinet for use of other
testing devices.
6.12 Equipment within the cabinet shall be laid out in an accessible and logically segregated
manner. Cable glands shall be provided for incoming and outgoing cables to prevent
excessive stress on the individual terminals. All metal parts of the cabinet shall be electrically
continuous and shall be provided with a common grounding lug.
6.13 The front doors for the PLC cabinet shall have toughened glass / acrylic window for visual
ergonomics.
6.14 All digital output terminal blocks shall be fused type with LED indication.
6.15 All the cards of the systems shall have corrosive environment protection coating as per G1 of
ISA S 71.04 or better.
6.16 All bulk power supply (BPS) shall also be provided with cooling fans with fan failure alarm
indication at respective PLC.
6.17 Cooling fans shall be provided inside the cabinet with Fan failure alarm indication on the
Process PLC.
6.18 1 no. of Biometric fingerprint cum smart card reader to be provided on main panel, along
with accessroies (Controller, Electromagnetic door locks for front & Rear doors of main &
marshalling panels etc) for restricting un-authorised opening of the main & marshalling
panel. The same shall be integrated with Access Control System/ TAS.
6.19 Limit switch to be provided on main & marshalling panel doors and to be integrated with
TAS for status monitoring of the door. (Open/close status). System shall generate alarm
whenever the door is not closed.
7.0 Earthing
7.1 Each cabinet, console and other equipment supplied as a part of PLC system shall be
provided with an earthing lug. All these lugs shall be properly secured to the AC mains
earthing bus.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 276
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

7.2 All circuit grounds, shields and drain wires of control cables shall be connected to the system
ground bus which shall be electrically isolated from AC mains earthing bus. This bus shall be
typically of 25 mm wide and 6 mm thick of copper.
7.3 All barriers, if used, shall be securely grounded. Safety barrier ground wire shall be capable
of carrying a maximum fault level current of 0.5 A at 250 V r.m.s per barrier.
8.0 Testing, Installation, commissioning and acceptance
8.1 General
8.1.1 On the basis of guidelines specified in this specification vendor shall submit their own testing
installation commissioning and acceptance procedure. For hardware the procedure shall
include purpose of test, test definition of input procedure, results expected and acceptance
criteria. For software it shall include details of the method, list of tests, sequence of
execution, results expected and acceptance criteria.
9.0 Factory Acceptance Tests (FAT)
9.1 Vendor shall demonstrate functional integrity of the system hardware and software. No
material or equipment shall be transported until all required tests have been successfully
completed and the material/equipment have been certified' Ready for shipment' by
purchaser.
9.2 Purchaser reserves the right to involve and satisfy himself at each and every stage of testing.
They shall be free to request specific tests on equipment considered necessary by them,
although not listed in this specification. The cost of performing all tests shall be borne by the
vendor.
9.3 Vendor to note that acceptance of any equipment or the exemption of inspection testing
shall in no way absolve the vendor of the responsibility for delivering the equipment
meeting all the specified requirements.
9.4 It shall be vendor's responsibility to modify and/or replace any hardware or software if the
specified functions are not completely achieved satisfactorily during FAT.
9.5 Schedule of FAT shall be included in the Vendor's proposal.
9.6 Vendor shall not replace any component/module/subsystem unless it has failed and a log of
such failures shall be maintained during FAT. If a malfunction of module/component in a
subsystem repeats, the test shall be terminated and vendor shall replace the faulty
component/module free of cost. Thereafter test shall start all over again. If a subsystem fails
during FAT and is not repaired and made successfully operational within 4 hours of active
repair time after the failure, the test shall be suspended and restarted all over again only
after vendor has replaced the device into acceptable operational condition.
9.7 Testing and FAT shall be carried out in two phases. The minimum requirement for testing
during these two phases shall be as follows
9.8 Under the first phase, vendor shall perform tests at his works to ensure that all components
function in accordance with the specification for each type of test. A test report shall be
submitted for purchaser review within two weeks of completion of this test. All subsystem
shall undergo a minimum of 30 days burn in period. Following tests shall be performed by
the vendor and reports shall be forwarded to purchaser.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 277
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

a) Quality control test, which shall be carried out to assure quality of all components and
modules.
b) System pre-test, which shall be physical, check of all modules, racks, cabinets etc.
c) System power-up test, which shall test functionally all hardware, racks, cabinets etc.

9.9 The second phase of testing shall systematically, fully and functionally test all hardware and
software in the presence of purchaser representative. All subsystems shall be
interconnected to simulate, as close as possible, the total integrated system. Following
minimum tests shall be carried out.

a) Visual and mechanical testing


b) High voltage and insulation testing
c) Functional testing

9.9.1 This shall include the simulation of each input and output to verify proper system response.
The testing as a minimum shall include

a) Complete system configuration loading


b) Demonstration of all PLC system builder functions including addition/deletion of an
input/output, addition/deletion of a rung or an element in a rung generation of
dynamic graphics and other views, report generation etc.
c) 100% checking of logic configured in the PLC by connecting switch/lamp at
input/output.
d) Checking of scan time as per specification
e) System redundancy checks including correct changeover of the back-up unit in case
of failure of main unit. These shall be applicable for following

 CPU Redundancy
 Each CPU to host system communication redundancy
 I/O subsystem to each processor system communication redundancy
 CPU rack power supply redundancy
 IO rack power supply redundancy

f) System diagnostic checking for all subsystems on local level as well as on console.
g) Checking of output status on processor failure
h) Checking of first-out alarm generation
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 278
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SAFETY PLC

1.0 GENERAL
1.1 The purpose of this specification is to define the minimum requirements of a PLC based
Emergency shutdown system (ESD) designed for safe shutdown of the terminal operations
during emergency situation.
1.2 The job specification is part of Terminal Automation System and it shall be read in
conjunction with the tender document, Job specifications, other documents attached in the
tender. The requirements which have not been explicitly specified, but required for the
completion and efficient performance of the entire system are in Bidder‘s scope.
1.3 This specification outlines the SIL3 PLC based Emergency Shutdown system. The system shall
be able to operate independently of any other instrumentation or electrical system. System
operation will not be affected in the event of failure of other monitoring and control systems.
Communication with the other third party control systems shall be possible via dedicated
fault tolerant serial links and/or TCP/IP link.
1.4 The PLC system shall be designed, manufactured, tested & commissioned to comply “fault
tolerant” certified by TUV/EXIDA for use in applications classified as SIL-3 according to IEC
61508.
1.5 The PLC shall have very high noise immunity (RFI/EMI) in order to ensure safe and reliable
operation when subjected to electrical radio frequency interference and electromagnetic
disturbances expected in the terminal. The surges withstand capacity for input /output
modules shall be as per IEC standard.
1.6 ESD function shall be independent of primary control system and will perform regardless of
availability of Terminal Automation System (TAS).
1.7 The PLC shall have open protocol and share data with read only permission through Ethernet.
1.8 Failure in ESD system will de-energize the relevant system components causing actuators to
move to tripped (safe) position. All relays are normally energized and all contact normally
closed (normally means here process normal condition and not “no power” condition).
Wherever normally open field contacts are used, the ESD PLC I/O cards shall have line
monitoring to detect wire open condition.
1.9 Safety barriers shall be active type and certified by statutory authority like BASEEFA,
CENELEC, FM, CMRI etc. for the use in Zone 1, Group II A, II B, and T3. SIL Relays & Barriers
can be from other equivalent SIL 3 certifying agency.
1.10 The offered system should support Online Modification of Processor & IO cards. Therefore
online Extension of system should be possible, ie Adding/modification of I/O modules, racks,
tags, Boolean & logic functions etc, should not require a shutdown of system / Power cycle /
inactivation of CPU / momentary stopping of CPU scanning or IO Up-dation. No such
limitation /exceptions are acceptable. The same should be verifiable as per the Vendors
TUV/EXIDA Report.
1.11 All components of the Safety system - processor, communication module, Rack power supply
Unit, IO modules, shall be TUV/EXIDA SIL-3 certified.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 279
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.12 Engineering requirements/Pre requisite mentioned in selected Safety PLC make/model by


TAS vendor must be ensured for 100% implementation by the vendor without any extra cost
to IOCL.

2.0 Basic features of the PLC will be as follows

SN Functionality Minimum Requirements

1 Processor  PLC shall be designed in fail-safe mode with highest possible


availability (99.99%), with no common cause failure and suitable
for carrying out all safety functions to meet SIL3 functionality.
 The hardware and firmware should be field proven in the
operating POL/refineries. The system shall contain TUV/EXIDA
approved main processors.
 Documents related to TUV/EXIDA certificates, test reports and
all such documents referred in TUV/EXIDA certificate or report
to be submitted along with the offer.
 The vendor shall indicate any restrictions that may apply to his
equipment / software at the quotation stage itself.
 The processor system shall have the logic and timing functional
capability, control and data acquisition functionality, interfacing
capability (with I/O racks, PLC consoles, printers etc.).
 PLC must have a provision of sequential time stamping of all
alarm inputs and outputs.
 The loss of a processor should not impact the number of
available inputs for voting.
 There shall be time synchronization between discrete input
modules and CPU
 The offered processor shall be able to handle at least 1.5 times
the actual I/Os requirements or 1000 I/Os whichever is higher.
 The ESD System has to be of same make as DCS & shall be an
Integrated DCS & ESD System.

2 Scan Time  Shall be of the order of 250ms (millisecond) or less including


spare I/O channels. Scan time of PLC is defined as the cycle time
taken by the system to read input, execute the logic and
generate control output. Other activities like diagnostics
routines, output / dump of data to peripherals, or any other
activity which consume processor time shall also be accounted
while computing scan time.
 In case of application logics which require use of multiple Inputs
and Outputs which belong to different IO Modules (eg. 1-out-of-
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 280
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


2 logics), the total scan time from each input to the logic
execution to the updation of outputs should not exceed the
specified Scan time.

3 Memory per  Memory shall be non-volatile.


processor
 A battery drain /pass indication shall be provided. The size of the
memory shall be sufficient for storage of the program
instructions required by the logic schemes

5 Redundancy  In order to meet the required system availability, ESD Safety PLC
configuration and shall be of a Fault Tolerant nature, offering full redundancy of
processor control logic solving units with redundant IO scanning capability and
communication links to sub systems and higher level networks.
The system should tolerate at least one fault and system should
still remain as SIL 3 without any limitation of time hour to repair
before shutdown.
 The PLC architecture shall be Quadruple or Triple Modular
Redundancy with 1oo2D/2oo3/ 2oo4D voting of logic solving
units or better with diagnostic features as certified by TUV/Exida
in totality.
 IO Redundancy shall be as per requirements stated under SIL-3
Certification.
 The PLC architecture shall be such that failure of a single
component or module shall not affect the system functionality
as a whole & overall reliability. In case of any failure the system
shall continue to maintain SIL3 Level i.e. in other words the
system shall be SIL3 compliant even in non-redundant
configuration.
 The PLC system shall be designed, manufactured, tested &
commissioned to comply “fault tolerant” certified by TUV for use
in applications classified as SIL-3 according to IEC 61508 and
61511 – both
 All logic solving units shall process logic in parallel and not in a
hot standby mode.
 Shutting down of complete control section because of failure of
an I/O card or any other card in the system is not acceptable.
Similarly if any processor has failed, the redundant processor
should continue getting I/O data from both primary and
redundant I/O Cards. It should not isolate complete section in
case of failure of any card in the section. It should continue
working (redundancy of all other I/Os shall be same as
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 281
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


completely healthy system) except for the card which has failed.
 Redundancy should be extended to include power supply,
communications and I/O cards.
 All single point failures within the Safety PLC shall cause a fault
alarm and shall not cause the system to produce false executive
actions. System Alarm and diagnostic information from all ESD
shall be reported and available to TAS across the TAS network.
Any degradation of reliability sensed by the Safety PLC system
should be alarmed to TAS OIC through a pop-up window along
with an indication of remaining hours to repair the fault before
automatic shutdown must ensue.
 To prevent faults within a rack affecting the performance of the
bus or any other rack, the electronics of each rack shall be
optically or galvanically isolated from the system highway
communication bus.
 It shall be possible to replace, test or implement configuration
changes to ESD without disruption to the functionality or
operational capability of the other functions within the
processor logic.
 The Safety PLC system shall be, designed to achieve an
availability of 99.99 % or better with an assumed Mean Time To
Restore (MTTR) of 8.0 hours. Confirmation of the system
availability shall be part of the detail design by the Automation
Contractor. The Mean Time Between Failure (MTBF) of the
system shall be submitted as part of the design documentation.

6 Serial Interface (RS  Serial Interfaces shall have capability to interface with the
485) following, if required
 Fire Alarm Panel & CO2 release panel
 Control Panels of Fire Fighting Engines
 Hydrocarbon Vapour Detection system
 RIM Seal
 MOVs/ MCS for fire fighting system etc

7 Ethernet  Shall have Dual redundant TCP IP communication link with host.
Communication port Ethernet Interfaces shall be used to interface with Terminal
Automation system.

8 IO interface  Communication Interface between I/O racks & each processor


system shall be via separate dedicated redundant
communication link.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 282
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


 Each I/O rack shall be provided with its own Redundant Power
Supply Modules.

9 Memory per  Memory offered to have sufficient storage for program


processor instructions required for logic scheme. Minimum 16 MB RAM is
to be provided.
 Memory shall be non-volatile.

10 Diagnostics  The system shall have extensive set of self-diagnostics hardware


and software for easy and fast diagnosis of PLC. Routine checks
should run automatically at frequent intervals for identifying any
fault in the hardware or software. Diagnostics shall be required
at local as well as EWS level.
 Diagnostics shall be available up to channel level. Proof testing
shall be inbuilt with diagnostics continuously checking for
dangerous detected and dangerous undetected failures. Power
supplies shall be monitored and automatically adjusted by the
system without user intervention.
 At local level, an individual LED shall identify failure of a module
in any subsystem
 Testing software’s shall be capable of detecting faults in case of
normally closed system as well as normally open system.
 Self-diagnostics shall be provided to detect faults (which make
the contacts permanently close or open) in the input and output
modules or input and output signal conditioning modules. This
may be achieved by automatically running the testing software
at cyclic intervals. The testing software cycle may be field
adjustable by engineer. However, the system performance shall
not be degraded whenever testing feature is specified.
 Self-diagnostics shall not prevent or delay normal system
operation and system availability. The self-diagnostic shall be
carried out with the main purpose of reliability and integrity as
paramount aims.
 The minimum requirement of system diagnostics shall be as
follows
 Proof test diagnostics – Checking for dangerous detected
and undetected failures.
 Configuration diagnostics – Checking the compatibility and
availability of selected I/O hardware and software.
 Memory diagnostics – Checksum, parity check etc.
 CPU/ memory diagnostics.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 283
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


 Processor executes a test control or arithmetic algorithm,
and then compares results with pre-stored answer.
 Power system diagnostics – monitor the availability of supply
voltage and adjust.
 The PLC system shall be able to generate a common alarm
(High Priority) for PLC diagnostics, power supply failure, fan
failure, and battery life over etc
 Diagnostics shall be capable of identifying, locating and
reporting the following faults as a minimum
 Scan failure of any processor
 Memory faults (ROM & RAM)
 Microprocessor faults
 Communications faults
 I/O interface or addressing faults
 I/O modules faults
 Faults detected by output line monitoring / testing features
 Fuse failure
 Power supply faults including RAM battery backup
monitoring and output voltage verification.

11 Line monitoring  Line monitoring shall also be provided for any normally open
input if used as per TUV/EXIDA certification for the TUV/EXIDA
certified PLCs.
 The Safety PLC Logic solver shall provide following line
monitoring on all types of inputs & outputs field device loops.
 Open circuit
 Short circuit

12 Reset Function  After a trip has taken place due to any reason, Safety PLC shall
be designed to PREVENT automatic reset of the system.
 It shall require manual intervention by operations personnel to
activate a system reset locally when satisfied that process
conditions are such that it is safe to do so.
 No remote reset function is to be provided.

13 Logic Control  The system shall be capable of automatic logic control in


accordance with the Logic diagrams provided by the vendor.
 To enable this, the following minimum shall be provided
 Fail safe sequence and logic control
 Binary logic (AND, OR, NOT).
 Timers (on delay, off delay, single shot).
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 284
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


 Latching & Counting.
 On/off switching
 Alarm handling incl. date and time stamping
 Sequence of event with date and time
 High Speed Fault Avoiding Ethernet interface communication
(100mbps or better) with TAS/PLC
 Clock setting by means of external atomic clock
communication link for critical or non critical signal etc.

14 Input – Output  All input/output modules shall be TUV/EXIDA SIL-3 certified.


Modules
 All digital input and output to PLC shall be through SIL3 Relays.
 All analog inputs to PLC shall be through SIL3 barriers.
 Relay Module must have automatic Proof test diagnostic ( No
Manual individual Relay contact by Multi-meter / other
instrument for Testing ) for Monitoring the internal Relay
contacts.
 All proposed cards should be dual redundant, hot swappable
and there should be no limitation on combination of IO module
type (e.g. DI or DO or AI) in the chassis.
 The maximum IO density shall be 32 channels for Digital Input
and Output modules.
 The maximum IO density shall be 16 channels for Analog Input
and Output modules
 Unless specified all analog and digital inputs/outputs shall be 24
V DC powered by the System. Online replacement of any module
shall be possible in such a way that removal and addition of a
module shall be possible without de-energizing the system and
there shall not be any effect on the operation while
replacement. System software should also support these online
changes, replacements and modifications without any
compromise on safety.
 Single input channel failure should not lead to the failure of
entire system, including the processor and output.
 IO Bus between the Controller and IO’s shall be dual redundant.

15 Bulk Power Supply  Parallel Redundant Power supply shall be provided with Auto
Current Balancing (ACB) feature to increase the life of individual
Power supply.
 230 V (± 10%), 50 Hz (± 5%) AC Power shall be made available at
main control room as a single point source by the owner.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 285
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


Further power distribution shall be designed, supplied &
installed by the vendor which includes AC/DC distribution
boards, MCB’s and other isolation facilities to enable carrying
out on-line maintenance work.
 Vendor shall indicate the maximum and normal operating power
loads along with the bid.
 Electrical wiring shall be in accordance with applicable electrical
standards and electrical terminals inside the cabinets shall be
clearly numbered and permanently identified on the terminals.

16 Rack Power Supply  The Rack power supply for Safety PLC shall be TUV/EXIDA
and Field approved for SIL-3 application with following features
Interrogation Power
 Dual built-in overvoltage protection to comply with IEC
Supply
61508 / DIN V 19250 & VDE V 0801standards
 Under-voltage alarm
 Parallel Redundant operation
 Optimum protection against continuous overload and short-
circuiting.

17 System Cabinets  Details of the system cabinets shall be worked out during
detailed engineering stage and manufacturing standard.
 All interconnection between field and rack room shall be from
Marshalling racks only. All interconnection between marshalling
racks and system cabinets within the rack room shall be through
prefabricated cables.
 All the cabinets shall be free standing, enclosed type and shall be
designed for bottom entry of cables through gland plates of
preferably 3 mm thickness. Cabinet structure shall be sound and
rigid and shall be provided with removable lifting lugs to permit
lifting of the cabinets.
 Cabinet shall be fabricated from cold rolled steel sheets of
minimum 2 mm thickness suitably reinforced to prevent warping
and buckling. Doors & side panels shall be fabricated from cold
rolled steel sheet of minimum 1.5mm thickness. Cabinets shall
be thoroughly debarred and all sharp edges shall be grounded
smooth after fabrication. Panel shall be confirming to degree of
protection minimum as per IP-42
 Cabinet finish shall include sand blasting, grinding, chemical
cleaning, and surface finishing by suitable filter and two coats of
red lead primer by spray. After drying, final paint shall be
applied. This can either be NC or epoxy depending upon the
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 286
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


customer requirements. Outside color shall be light grey as per
RAL 7035 texture finish. Inside of the panel shall be painted with
high gloss white color. Base channel shall be painted black. Non-
welded panel shall be powder coated.
 Each cabinet shall be of minimum 2100 mm high (excluding 100-
mm channel base), 1200 mm wide and 800 mm deep, in general.
Construction shall be modular preferably to accommodate 19"
standard electrical racks.
 All cabinets shall be of same height. Maximum swing out for
pivoted card racks, doors and drawers shall be limited to
600mm. However, standard design of cabinets from reputed PLC
manufacturers shall be acceptable.
 Cabinets shall be equipped with the front and rear access doors.
Doors shall be equipped with lockable handles and concealed
hinges with pull pins for easy door removal. Cut-outs shall be
properly shaped and devoid of sharp edges. They shall be made
by nibbling process or by drilling and filling. Gas cutting under
any circumstances shall not be used for making cutouts.
 In order to remove dissipated heat effectively from cabinets,
vent louvers backed by wire fly screen shall be provided in
cabinet doors. Further two ventilation fans shall be provided.
 Illumination shall be provided for all cabinets which shall be
operated by door switch.
 Cabinet lighting shall be 230 V AC non-UPS only and the LED
lamps shall be white threaded type or better. One no. additional
socket shall be provided in each cabinet for use of other testing
devices.
 Equipment within the cabinet shall be laid out in an accessible
and logically segregated manner. Cable glands shall be provided
for incoming and outgoing cables to prevent excessive stress on
the individual terminals. All metal parts of the cabinet shall be
electrically continuous and shall be provided with a common
grounding lug.
 The front doors for the PLC cabinet shall have toughened glass /
acrylic window for visual ergonomics.
 All digital output terminal blocks shall be fused type with LED
indication.
 All the cards of the systems shall have corrosive environment
protection coating as per G3 of ISA S 71.04 or better.
 All bulk power supply (BPS) shall also be provided with cooling
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 287
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


fans with fan failure alarm indication at respective PLC.
 Cooling fans shall be provided inside the cabinet with Fan failure
alarm indication on the Safety PLC.
 1 no. of Biometric fingerprint cum smart card reader to be
provided on main panel, along with accessories (Controller,
Electromagnetic door locks for front & Rear doors of main &
marshalling panels etc) for restricting un-authorised opening of
the main & marshalling panel. The same shall be integrated with
Access Control System/ TAS.
 Limit switch to be provided on main & marshalling panel doors
and to be integrated with TAS for status monitoring of the door.
(Open/close status). System shall generate alarm whenever the
door is not closed.

18 System  The system shall be modular in construction and expandable in


Expandability future by adding additional modules, which shall be easily
accessible for maintenance and repair without disturbance or
stoppage of the process.
 The types of modules shall be kept to minimum possible in order
to have interchangeability and low spares inventory.

19 System Loading  Maximum loadings (excluding spares) on various sub-systems


shall be as follows
 I/O capacity and other hardware 50 %
 RS 232/RS 485 Interfaces to foreign devices 50 %
 Processor, incl. user memory 50 %
 Communication network 60 %
 The vendor shall submit calculations and basis to determine the
ability of equipment and architecture of the system to meet all
the requirements in this specification and at the same time
observe the maximum loadings defined. Loading refers to the
use of memory, CPU time and communication capacity. The
loading shall consider the “worst case” of high system activity.
During this case, no degradation of system performance is
allowed.

20 Spare Philosophy  Minimum 30% spare modules with complete wiring shall be
provided in input/output subsystem on module basis (for each
type of IO modules) or with a minimum of one module of each
type whichever is higher to enhance the system functional
requirements for future.
 In addition the system shall have the following minimum spare
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 288
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


capability
 I/O racks of PLC shall have 20% useable spare slots for
installing both digital & analog I/O modules with space for
installation of additional TBs, relays, barriers etc required for
complete wiring of each type of IO module in future. These
racks shall be part of the offer.
 Whenever relays are used to interface process input/outputs
with PLC 30% additional relays shall be provided and
installed. In addition, 20% spare space shall be provided in
cabinets to install 20% additional relays in future.

21 Systems Engg &  Following shall be applicable for the manufacturing and
Testing engineering of TUV/EXIDA certified PLC
 The system shall be manufactured by agency which is
certified by TUV/EXIDA for carrying out such an activity.
 The basic system engineering, assembly and integration shall
be carried out at the facility certified by TUV/EXIDA as per
IEC 61511 guidelines.
 The application engineering and FAT shall be carried out by
the agency certified by TUV/EXIDA as per IEC 61511
guidelines.
 The engineers involved in the detailed engineering,
programming, testing and commissioning of safety PLC shall
be certified by TUV/EXIDA as Functional safety Engineers as
per IEC 61511 Safety lifecycle.
 Vendor shall desist from offering engineering from an
agency not meeting the above requirements or where claim
is not substantiated by TUV/EXIDA certificate.

22 System earthing  Dedicated pits shall be used for body earthing of system
cabinets/consoles and instrument earthing for signal, barrier etc.
and shall be as per recommendation and practice of the system
supplier

23 Software  The system software shall include all programs for the PLC and
SOE which are required to perform all the Safety PLC functions
including communication and self-diagnostics. Any software
supplied shall be licensed, of latest version, with long term
support from software vendor. It shall be responsibility of
Vendor to ensure software protocol compatibility to third party
systems and transfer of data between the same. The system
shall conform to OPC standards.
 Entire system and components shall be proven and integrated to
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 289
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements


automate terminal using a standardized set of software
components that are extensively tested in the field.
 When fully tested, the configuration software shall be stored in
a central point non-volatile memory. Logic program shall be
recorded on the hard disk of ESW, CD’s also a copy shall be
stored on TW TAS workstation. All logic and IO points shall be
site configurable and expandable without software redesign.
 The PLC programming language for implementation of logic
operation shall be based on IEC 61131-3
 Following functional blocks shall be provided as minimum
a. Basic functions
 High Alarm
 Extra High Alarm
 Low Alarm
 Extra Low Alarm
 Output High
 Output low
b. Comparison function
c. Arithmetic functions
d. Limiter & selector function
e. Alarm priority
 I/O assignment should be grouped based on equipments.
 System software for the report generation for reports like hourly
on demand per shift daily and weekly report shall be provided in
the user defined format, it shall be integrated functionality with
TAS.

24 Licensed Software  Bidder to supply following licensed software’s with lifetime


license-
 PLC Programming Software (Make and Model – Bidder to
specify)
 Human Machine Interface Software for programming /
engineering terminal (Make shall be same as that of the PLC).
The license shall be on site basis.
 Interface software, if any. (Make and Model – Bidder to specify)
 All PLC maker’s software shall be for unlimited multiple
installations on site basis
 Site license shall be required and include atleast 4 times the
actual tags required or 30,000 whichever is higher.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 290
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SN Functionality Minimum Requirements

25 Documents to be  Technical Literature for PLC processor


submitted with the
 Technical Literature for IO modules & other hardware
bid
 Technical Literature of the ladder logic software
 Technical Literature for Human Machine Interface Software.

26 Proven track record  The PLC vendor shall have presence in India for a period of
minimum 5 years as PLC supplier with expert manpower for
support and shall have supplied minimum of two TUV/EXIDA
certified SIL 3 PLC systems of similar or higher Configuration and
size to Refinery / Petrochemical plants / POL in India for a
continuous critical and hazardous application and the PLC
system must be operating satisfactorily.

27 System Environment  The system shall be able to operate satisfactorily in the climatic
conditions as specified. Wherever required, the components
shall be tropicalised to suit Indian conditions. All equipment shall
be placed in HVAC (Heating, Ventilation and Air Conditioning)
controlled rooms.
 System shall be installed in safe area (non-hazardous area) and
shall be designed to operate under following condition.
 Ambient. Temp.(max) : Refer Site Data
 Control Room (air cooled) :25°C
 Design Temp : Refer Site Data
 RH 95% (non-condensing)

28 Scope  The scope of supply shall include system cables, necessary


hardware or other accessories required to enhance the
functionality, operation, performance, reliability and availability
of the complete system.
 It shall also include the control system installation at site
comprising fixing of various components like detectors, manual
call points etc. and interconnections, testing and commissioning
of complete system at various locations.
 Vendor shall elaborate and include the detailed specifications of
sub-systems, modules, detailed system configuration, hardware
and software capabilities, programming tools, display facilities
and other relevant information.
 Vendor’s offer shall include catalogues, drawings, technical
specification sheets, operating and maintenance manuals,
performance evaluation certificates etc.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 291
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

3.0 Security
3.1 User level security as per type of profile. Password confirmation shall be asked for key
operations in the system. Cyber Security – EDSA- Level 2 protection against cyber threats to all
communication networks.
3.2 The system application software integrated with TAS (i.e. control and management database,
graphics, reports, etc.) shall be forward migrating within evolving technologies with no re-
configuration required.
3.3 The system architecture shall provide a logical planned implementation of evolving
technologies and provision for up-gradation of existing equipment.
3.4 The system shall have minimum 10 years of product life & product maintenance service
support. After completion of product life, system shall be upgradeable on product level & no
need for replacement for other system components.
3.5 The capacity of offered software should be with 100 % spares with respect to nos. of data
base points/ tags after calculating requirements of the total system. The offered software
should have in-built capability / provision to take care for future expansion to the extent of
five additional tanks System should be flexible from the point of view of up gradation.
3.6 For future provision, the system design shall permit the online addition of new sub-systems
with no disruption to either the operation or system communications.
3.7 All the application software shall be original and licensed on site basis to take care offered
system as well future expansion of the same capacity.

4.0 INSPECTION AND TESTING


4.1 Contractor shall comply with the Inspection Test Plan (ITP) for SIS system and shall submit ITP
for review and approval.
4.2 IOCL reserves its right for inspection & testing prior to release of all material at source point at
Automation Contractors works,either by IOCL or IOCL appointed agency. Automation
Contractor to submit the tentative QAP, duration and venue of inspection with the techno
commercial bid.
4.3 IOCL also reserves its right of performing inspection by his own engineer for the equipment
during manufacture at any time in Vendor’s shop or sub-vendor works. Purchaser shall be
notified ten (10) days prior to inspection/ testing.

5.0 Factory acceptance Test (FAT)


5.1 Prior to the FAT, the vendor shall ensure that the system(s) is fully tested and is ready for the
IOCL tests. The OEM shall conduct all tests that are required for the performance of PLC, apart
from set FAT procedures. The vendor shall demonstrate that the said tests have already been
successfully performed by OEM, before offering to IOCL and make available a full set of signed
internal test documents for review and use by the IOCL representative during the FAT.
5.2 The vendor shall be fully responsible for any delays that result from the system not being
completely ready for such testing.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 292
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

5.3 The vendor shall notify IOCL at least four (4) weeks in advance of the anticipated date by
which the system(s) shall be ready for FAT.
5.4 The proposed FAT test procedures shall be submitted by vendor for review and approval by
IOCL / Consultant, no later than six (6) weeks prior to the proposed date of the FAT.
5.5 In any event, the responsibility for ensuring adequate personnel, and the necessary test
facilities and test equipment are available and in a satisfactory condition e.g. calibrated, test
certified etc. should rest with the Safety PLC Package Automation Contractor.
5.6 Cabinet section inspection / tests are required & it shall be complete and ready for final
inspection i.e. fully installed in cabinets.
5.7 The FAT test shall be an operating test, and it shall be the Safety Package Automation
Contractor’s responsibility to ensure that tests are carried out in accordance with specification
and as per IEC 61508 & IEC 61511.
5.8 The performance of system shall be demonstrated to the satisfaction of the IOCL inspectors.
The total system function test shall be performed by all inputs and outputs including all
system electrical / instrument interfaces.
5.9 Any defects or deficiencies discovered as a result of the test shall be recorded, repaired and
tests shall resume and / or repeated until all test requirements are complied with.

6.0 INSTALLATION SUPERVISION & COMMISSIONING


6.1 The Safety PLC Package Automation Contractor shall provide Supervising Engineers to lead the
Site Construction / Test Team for all work associated with the installation, testing and
commissioning of the SIS.
6.2 At least two (2) Supervising Engineers shall be deputed. One shall specialise in the field of
safety instrumentation. A second SIL certified Engineer shall be provided specialising in SIL
systems for overall site verification.
6.3 All site inspections shall be carried out as per site / in-situ ITP attached with tender
documents. Safety PLC Package Automation Contractor shall submit the site ITP inline with
the attached indicative ITP.
6.4 Both shall be part of Team shall also support TAS team during the SAT, testing, trials,
commissioning and integrated SIT of TAS.
6.5 Prior to the SAT, the Safety PLC Package Automation Contractor shall ensure that the
system(s) is fully tested and is ready for the SAT tests. The pre SAT shall be conducted by the
contractor. Pre-SAT can’t be a substitute for SAT and he shall demonstrate that the said tests
have already successfully performed by Automation Contractor before offering to TPI/IOCL
and make available a full set of signed SAT documents for review and use by the IOCL
representative during the SAT.

7.0 Training
7.1 The Automation Contractor shall arrange for a full functional training programme for the IOCL
operational staff. This program shall include both theoretical and hands-on training. The
venue for the training programme will be decided & communicated to Automation Contractor
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 293
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

on later date by Client. The training program shall cater for all levels of operating staff e.g.
Operators, Supervisors, Engineers, Maintenance staff & Senior Management team. The
System hands-on training shall utilise Safety PLC Cabinet, produced for this project.
Automation Contractor shall submit the detailed programme & schedule. Training Manual
shall be handed over to each participant & this training evaluation shall be part of
programme. During the design stage, IOCL / IOCL appointed consultant will advise the details
and number of IOCL staff that will be attending.
7.2 The Automation Contractor shall prepare & submit a suitable Safety PLC maintenance &
testing philosophy & procedure in accordance with IEC 61511 and shall be documented &
recorded properly.
7.3 Automation Contractor shall submit Operation & Maintenance manuals with Spare Parts List.
It shall be submitted to Purchaser/Consultant for review during design stage of Safety PLC
package.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 294
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Safety PLC I/O list (Indicative)- Actual I/O requirement to be worked out during on detailed Design
Engineering
Note:
1. The offered PLC must have minimum above mentioned IOs and Serial Interface module or as
per actual site requirement whichever is higher for individual types of IOs (DI, DO, AI) and Serial
Modules. Any additional IOs / modules required as per scope of work and tender requirement,
the same to be provided at no additional cost to IOCL.
2. The offered PLC must have additional space to mounted atleast 20% additional IO modules in
future.
3. Incase any of the offered instruments which are to be integrated with safety PLC are based on
some other protocols like HART etc, required module for the same to be provided in PLC at no
additional cost to IOCL over and above mentioned IO list.
4. Suitable resistor to be provided at instrument cable termination end for Line monitoring as per
OEM’s recommendation.
5. All barriers and relays used for line monitoring purpose as indicated above must have line
monitoring output for connecting to DI of Safety PLC.
6. The above mentioned IOs do not includes System related IOs, internal panel diagnostic IOs (like
fan failure, MCB fault etc) and the same to be taken into account by the vendor.
7. All the respective field instruments which are to be connected to Safety PLC shall be via SIL3
barriers / SIL3 Relay as applicable except for Serial Communication link.
8. The above mentioned IOs do not includes System related IOs, internal panel diagnostic IOs (like
fan failure, MCB fault etc) and the same to be taken into account by the vendor.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 295
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TFAS MANAGEMENT SERVER (TAS-MS)- HOT STANDBY WITH REDUNDANCY SOFTWARE

SR.NO. PARAMETERS Minimum Requirements

1. Type Rack server

Two Intel Xeon E5-2630 v3 processors, minimum 10 core per


2. Processor
processor

3. Processor Chip Set C600/ Vendor to Specify

4. L3 cache 15 Mb or above

5. RAM Minimum 16 GB DDR4, 1066MHz

6. RAID & Hard Disk Drive RAID 1 configuration, with 8 Nos. of 300GB SAS Hard disk 15K RPM

7. Hard Disk Controller Controller with RAID 1 support

8. System bus speed 1333MHZ FSB or higher

9. CD-R/W Drive SATA-DVD RW Drive

10. Graphics subsystem Integrated

Two embedded Broadcom®NetXtreme IITM 5709c.gigabit Ethernet


NIC Support & Ethernet NIC / Dual integrated 100/1000 Mbps Ethernet (Standard)
11.
ports
+ 2 additional 100/1000 Mbps Ethernet card (Redundant)

12. Graphics Vender to specify with minimum 8MB of cache.


Microsoft Windows Latest Server Version/ Edition Including 10
Client Access License. In case OEM’s offered software has not
been proven tested over the latest operating system, then
vendor to provide latest tested operating system. However,
13. Operating system
vendor needs to upgrade the operating system immediately
once the proven TAS software has been developed on latest
operating System at no additional cost to IOCL during entire
execution and CAMC period.
14. RAID Diagnostic To be provided

15. Resolution 1680 X 1050 or higher

Backup Storage Internal RDX drive for backup should be supplied with 1TB Data
16.
cartridge for backup
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 296
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR.NO. PARAMETERS Minimum Requirements

17. Built In I/O Ports 1 serial; keyboard (Rack mounted); mouse; 6 USB Port Minimum

18. I/O Expansion Slots Min 3 PCI 3.0 x8 slots

19. Optical drive 16x DVD+ RW

Redundant Hot-Plug Power Supply with additional power cords and


20. Power supply
cooling fan with 230 volt AC,50 Hz+/- 5%

Downgrade Media for offered Windows Server OS, Enterprise


21. Downgrade Media
Edition, x86,

High Availability (HA)


22. 1 no. for clustering application installed on server as stated below
Software

RACK MOUNTED LED/LCD MONITOR KEYBOARD DRAWER WITH OPTICAL MOUSE AND KVM
23.
SWITCH (Single monitor for Redundant Server)

A Monitor specification : Industrial Grade suitable for 24x7 operation

1 Size Min 19” widescreen LCD/LED (Rack Mounted type).

2 Aspect Ratio 16:9

3 Contrast Ratio 3000:1 or higher

4 Viewing Angle 160 V / 170 H or better

5 Color Support 16.7 million colors,

6 Interfaces 1 x VGA - 15 pin HD D-Sub (HD-15) ; 1 x DVI-D - 24 pin digital DVI ;

7 Brightness 250 cd/m2 (typical)

8 Adjustability Tilt, Swivel and height adjustment

9 Power Supply 100V to 240V~ (+/- 10%) AC, 50/60 MHz

10 Mouse Optical type

Minimum 104 Key Standard Keyboard with 19” rack mounted


11 Keyboard
drawer

12 KVM switch 4 port combo industrial grade KVM switch


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 297
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Note: The TAS-MS system solution shall have Zero Downtime to repair, Full data redundancy shall
be provided using proven technology, it shall also provide port level redundancy. The system
solution shall be capable of self fault detection and isolation, all necessary hardware/software to
achieve the same shall be included.
Minimum requirement for High Availability software (HA) for clustering application installed on
TFAS-MS
SR.NO. MINIMUM REQUIREMENT FOR HA SOFTWARE

The cluster solution must be able to provide failover to the other system for any failure
1 arising in one of the system due to: i. Hardware ii. Operating System iii. Application
hang-up and Failure iv. Any other failure which causes the server to fail.
The cluster software should support independent, redundant heartbeat for each cluster,
2
but it shall not be a constraint
3 Should be an integrated software with replication and automated failover capabilities
4 Should support seamless failover without manual intervention
5 Once the failed system comes back, the disks should re-synchronize automatically
6 Option for manual fallback to primary server should also be available
7 Should support multiple cluster configuration i.e. shared disk, Data mirroring
Should support mirroring of shared disk data from primary site to another shared disk or
8
local disk of DR site
Should support exchange of heartbeat through multiple modes (like COM, Shared Disk,
9
etc.) other than LAN
10 Should support multiple data mirroring paths
Should support the multiple failover scenarios i.e. Active – Standby, Active – Active, M +
11
1 Standby and M + N Standby
12 Should support all Intel Architecture based servers and storages
13 Should support applications failover on Windows and Linux platform
Should be able to cluster various custom applications (.exe), databases, webservers,
14 groupware, security, system management, application servers
Virtualization technologies supported should include VMware vSphere, Microsoft Hyper-
V, Citrix XenServer, Linux KVM, Sun Solaris Container and IBM Power Virtual Machine.
15 Virtialization is one of the technology by which the desired uptime of Hot Standby
Servers can be achieved.Virtualization is only required for the Redundant TAS
Management servers.
Should be able to monitor and detect failures in Network, Hardware, Operating system,
16 Standard Applications, Custom applications (.exe), Databases, Web servers, Groupware,
ERP etc.
17 Should have adequate methods to prevent and detect Network partition
Should support Asynchronous and Synchronous data replication with support for data
18 compression in asynchronous mirroring
19 Should have functionality for collecting all cluster logs remotely
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 298
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR.NO. MINIMUM REQUIREMENT FOR HA SOFTWARE

There should be a single integrated web based GUI for configuring the cluster for both
20 local HA and remote DR for any kind of application
21 Should be able to manage all the clusters through one single web based GUI
22 Should support password based access to GUI
Should be able to detect failure and automatically decide appropriate server to failover
23 based on system resource usage
24 Bandwidth to be used for data mirroring should be configurable
Should have basic support to monitor/manage cluster systems from Android devices e.g.
25
Tablets
Should support cluster nodes that have different hardware specifications in terms no. of
26
CPU’s, Physical HDD and RAM
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 299
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TFAS MANAGEMENT SERVER- DUAL MODE REDUNDANT GRADE WITH BUILT IN


REDUNDANCYWITH SOFTWARE. (FAULT TOLERANTSERVER)

Sr. No. Parameter Minimum requirements


Single Intel® Xeon® processor E5-2630v3, 2.4 GHz 20 MB Cache (per
processor),
1 Processor
Intel Hyper-Threading technology. Processors should be hot pluggable
and should have redundancy.
Minimum 16 GB DDR4, 1066MHz. Should be Redundant, Hot Pluggable
2 Memory
and expandable to redundant 32 GB
3 Drive Bays 8 * 2.5" SAS Drive Bay Should be Redundant, Hot Pluggable
RAID 1 configuration across CRU, with 4 Nos. Of 300GB SAS Hard Disk
4 Hard drives 15K RPM Should be Redundant, Hot Pluggable, should support SSD for
future expansion
5 Optical Drive DVD-RW
Expansion
6 Built in PCI-Express Gen 3 x 4 - Should be Redundant, Hot Pluggable
slots
7 Graphics One VGA port
Usable 2 X 10/100/1000 Ethernet Ports. Both ports Should be
8 Network
Redundant, Hot Pluggable
Pluggable. 1 * Active Service Network Modem, 1 * 10/100 Management
Port
9 I/O ports &
4 USB 2.0 should be common and redundant and 4 USB 3.0 (non-
Connectors
redundant)
2 * 9 Pin Serial port
10 Input device USB or PS/2 keyboard and mouse
Power
11 Hot plug and redundant power supply (230V @50Hz) unit.
supply
12 Power 230 V @ 50Hz, Indian power cords to be supplied
Microsoft Windows Latest Server Version/ EditionIncluding 10 Client
Access Licences, VMWare 6.x or latest or Red Hat Linux 7 or latest. In
case OEM’s offered software has not been proven tested over this
Operating operating system, then vendor to provide latest tested operating
13
system system. However, vendor needs to upgrade the operating system
immediately once the proven TAS software has been developed on
latest operating System at no additional cost to IOCL during entire
execution and CAMC period.
System management software to monitor the system health at local
console and over network.
14 Software Fault Detection and Isolation. Software feature should include capability
of Call-home and order for spares on-line
The Software should offer Proactive availability management
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 300
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. No. Parameter Minimum requirements

Direct problem call logging with Manufacturer

Support Less than 4 business hours 8/5, Hardware Support Response directly
15 from Manufacturer
Services
Advance Part exchange
24/7 Proactive System Monitoring support Services directly from
Manufacturer
Full data redundancy to be provided using proven technology (For both
Disk Data and memory data)
The Server should have hardened drivers for OS and protect the system
from transient errors
The solution offered should have Zero fail over time
The Server should have the capability to Remote Network Service and
Mandatory
should be quoted with necessary Network modem
16 Server
Solution The server should offer minimum 99.999% calculated on an annual basis
or higher uptime guaranteed upto the Operating System layer.
Should be able to install Microsoft Windows, Red Hat Linux, VMware on
the same machine quoted / supplied
Server should mandatorily be able to connect to all leading external
Storage seamlessly like IBM, HP, EMC, Netapp, Hitachi (OEM
Undertaking is necessary)
Scope includes supply & installation
Give compliance statement for the above specifications
Bidder should attach the OEM technical literature of the proposed
model
The bid should explain in detail how the OEM's proposed system
17 General achieves 99.999% uptime and how it prevents down time of the Server
in-spite of a component failure
The bid should explain in detail how the features mentioned above are
made available in the proposed system
Bidder should furnish all necessary part codes including Service
components from OEM's (Part Codes should be from OEM)
RACK MOUNTED LED/LCD MONITOR KEYBOARD DRAWER WITH OPTICAL MOUSE AND
18
KVM SWITCH (Single monitor for Redundant Server)
A Monitor specification: Industrial Grade suitable for 24x7 operation

1 Size Min 19” widescreen LCD/LED (Rack Mounted type).

2 Aspect Ratio 16:9

3 Contrast Ratio 3000:1 or higher

4 Viewing Angle 160 V / 170 H or better


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 301
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. No. Parameter Minimum requirements

5 Color Support 16.7 million colors,

6 Interfaces 1 x VGA - 15 pin HD D-Sub (HD-15) ; 1 x DVI-D - 24 pin digital DVI ;

7 Brightness 250 cd/m2 (typical)

8 Adjustability Tilt, Swivel and height adjustment

9 Power Supply 100V to 240V~ (+/- 10%) AC, 50/60 MHz

10 Mouse Optical type


Minimum 104 Key Standard Keyboard with 19” rack mounted
11 Keyboard
drawer
12 KVM switch 4 port combo industrial grade KVM switch
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 302
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

OPERATOR INTERFACE CONSOLE (OIC)/ TFMS PC/ WEB SERVER/ACS SERVER & PC/EWS/
TTES/ALARM DISPLAY PC/FIRE FIGHTING PC

SR.NO. PARAMETERS DESCRIPTION

1. Processor Intel Xeon W3550 3.06 GHz/ 8MB L3 Cache/ 4.8GT/s

2. RAM 16 GB DDR4

3. Hard Disk Drive 500 GB SATA @ 7200 RPM or better

4. Hard Disk Controller Integrated SATA CONTROLLER

5. Video Card 2GB AMD FirePro V5900

6. Keyboard Minimum 104 keys Standard (USB)

7. Mouse USB Laser Scroll Mouse with Mouse Pad

8. Built In I/O Ports Min 1 serial port; 6 nos. USB Port, 2 nos. HDMI 2.0

9. Ethernet Dual integrated 100/1000 Mbps Ethernet (Standard)


+ 2 additional 100/1000 Mbps Ethernet card (Redundant) -External

10. Optical device 16x DVD+ RW

11. Power supply Internal Power Supply and Cooling Fans

12. Expandability Minimum 4 Shelves 4 slots

13. Operating System Microsoft Windows Latest Version/ Edition

14. Recovery Media Recovery Media CD, diagnostic & Driver - Resource DVD

MONITOR SPECIFICATION : Suitable for 24x7 operation

1 Size Min 23” widescreen Full HD LED

Full High Definition resolution of 1920 X 1080


2 Resolution

3 Aspect Ration 16:9

4 Contrast Ratio 1000:1


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 303
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR.NO. PARAMETERS DESCRIPTION

5 Color Support 16.7 million colors,

HDMI 2.0 x1 no.,


6 Video Input USB – 2 Nos.
VGA – 1 no. with audio in and audio out

7 Brightness 250 cd/m2 (typical)

8 Adjustability Tilt, Swivel and height adjustment

9 Power Supply 100V to 240V~ (+/- 10%) AC, 50/60 MHz

Note: Regarding operating system,incaseOEM’s offered softwarehas notbeenproventested on latest


Windows Operating system, thenvendorto providelatestoperatingsystem which has been tested for
smooth running with the offered software.However vendor needstoupgradetheoperating
systemimmediately once the provenTASsoftware hasbeen developedonlatest operatingSystem/
higher version of the operating system atno additionalcost toIOCL during entireexecutionandCAMC
period.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 304
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LED DISPLAY SCREEN FOR ALARM DISPLAY PC/FIRE FIGHTING PC/ REPEAT BAY QUEUE
DISPLAY/INVOICE DISPLAY

S.NO FEATURES MINIMUM REQUIREMENTS

1 Dispaly Screen Minimum 40" , High Definition LED Monitor (Suitable


for 24x7 operation as per published datasheet of the
display)

2 Display Resolution 1920*1080 pixels

3 Backlight Module Dynamic Edge LED

4 Video Signal 480/60i, 480/60p,1080/60i, 1080/50p (HDMI)

5 MPEG noise reduction Yes

6 Viewing Angle (H/V) BTA

7 Response Time 8 ms (gray to gray, avg.)

8 Computer Input 3 nos. HDMI 2.0, USB 2.0, Ethernet connection, HD15 PC
input

9 Video Colour System NTSC (3.58 MHz, 4.43 MHz), PAL, PAL60, SECAM

10 Power Supply 230 V AC +/- 10%, 50Hz +/- 5%

11 Power Consumption BTA

12 Remote Control Infra Red Remote with Control Function Required

13 Mounting Shall be suitable for rigid support mounting from Wall,


Ceiling&Table Top as applicable

Note:

1.0 LED monitor for Bay Queue display at Driver’s rest room and LED display monitor for
displaying TT number whose invoice has been generated but are inside license area near
invoice room shall be provided with lockable enclosure with suitable structural support for
mounting the screen ( wall supported/ ceiling supported as applicable).

2.0 LED screen near invoice room are also to be provided with canopy and transparent fiber sheet
to prevent water ingress due to rain.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 305
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

3.0 Required hardware, software, dual display card along with converters etc for displaying the
required output on the screen from existing/ vendor’s supplied TTES/ OIC are to be provided
at no additional cost.

4.0 LED screen for alarm Display shall be provided with hooter and ACK push button Station at
Control Room. The screen shall display all the critical active alarms prominently as per FDR.

5.0 Hooter shall blow for all critical alarms. The hooter can be silenced by acknowledge switch/PB.
Hooter in general, shall be solid state type with audibility of the order of 100 dB at the
distance of 3 meters.An interruption of power supply up to 20 m sec shall not affect the
functioning of the unit.

6.0 The alarm text message should automatically disappear from the screen once the alarm
conditions has been normalized and the same has been acknowledged and reset in the system
and ID of the person acknowledging the alarm should get logged.

7.0 LED screen for fire fighting system shall display the active status with required GUI of entire
fire fighting system as detailed in relevant section of the tender document (Fire Fighting
System GUI & Interlocks).
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 306
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LAYER 2 INDUSTRIAL GRADE MANAGED SWITCH (For TAS LAN)

Sr. PARAMETERS MINIMUM REQUIRMENTS


No.

1 Type Managed Industrial grade layer 2 Ethernet switch

2 Operation Store & Forward, wire Speed switching, non-blocking, line-rate


forwarding performance

3 Modes Full or half duplex operation with flow control supported on all ports

4 MAC address Table size 8K

5 Memory bandwidth (Switch 7.4 Gbps


Fabric)

6 RJ45 ports

a Ports 24 nos. 10/100/1000 Mbps BASE-TX Ethernet, fully IEEE 802.3


compliant ports per switch.

b Speed & direction Configurable or 10/100/1000 auto detecting for speed and
duplex. (full or half)

c Polarity Auto-polarity for crossed TxD & RxD pairs

7 Uplink ports 2 nos. 1000 Mbps Fiber and Ethernet uplinks (dual purpose port). Fibre
SFP to be provided along with module.

8 PERFORMANCE AND Solution should support Quality of Service (QoS) - upto eight egress
SCALABILITY queues per port, priority queuing, Prority level, Flow Based Policy , Vlan
Based, Rate Limiting , Flow Control, Ipv4 QoS , IPV6 QoS, Traffic
prioritization etc

Switch should operate in non-blocking mode for full capacity.

Congestion – Avoidance Feature.

9 FEATURES L2 Switching Support.

The proposed switch should support all features of switch and


parameters like MAC Address Table, etc at their peak values as
specified above

The switch should support Auto-negotiation on all ports to


automatically select half or full-duplex transmission mode to optimize
bandwidth.

The switch should support Automatic media-dependent interface


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 307
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. PARAMETERS MINIMUM REQUIRMENTS


No.
crossover (MDIX) to automatically adjusts transmit and receive pairs if
an incorrect cable type (crossover or straight-through) is installed.

Broadcast/Multicast storm control.

Port based Broadcast and Multicast limiting.

10 NETWORK SECURITY Multi-level access security on switch console to prevent unauthorized


FEATURES users.

The switch should support port based security.

The switch should support Dynamic ARP Inspection, and Source guard.

Should support MAC based ACLs.

Should support BPDU port protection.

Should support STP root guard.

11 REDUNDANCY Link Aggregation.

Spanning Tree Support.

Support for IEEE rapid spanning tree.

12 MANAGEMENT The switch should support Command Line Interface (CLI) support for
configuration & troubleshooting purposes.

The switch support SNMPv1, SNMPv2c, and SNMPv3.

Support for TFTP based software upload/download.

Support for port mirroring measurement using a network analyzer.

13 Networking features

a Device support All IEEE 802.3 compliant devices

b Protocols & features Real-time Ring, QoS/TOS/DiffServ,port mirroring, broadcast storm


protection

c Industrial protocol support IGMPv1/v2/v3, GMRP, GVRP, SNMPv1/v2c/v3, DHCP Server/Client,


BootP, TFTP, SNTP, SMTP, RARP, RMON, HTTP, HTTPS, Telnet, Syslog,
DHCP Option 66/67/82, SSH, SNMP Inform, EtherNet/IP, PROFINET,
Modbus/TCP, LLDP, IEEE 1588 PTPv2, IPv6, NTP Server/Client
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 308
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. PARAMETERS MINIMUM REQUIRMENTS


No.

d Standards compliance IEEE 802.3 for 10BaseT


IEEE 802.3u for 100BaseT(X) and 100BaseFX
IEEE 802.3ab for 1000BaseT(X)
IEEE 802.3z for 1000BaseX
IEEE 802.3x for Flow Control
IEEE 802.1D-2004 for Spanning Tree Protocol
IEEE 802.1w for Rapid STP
IEEE 802.1s for Multiple Spanning Tree Protocol
IEEE 802.1Q for VLAN Tagging
IEEE 802.1p for Class of Service
IEEE 802.1X for Authentication
IEEE 802.3ad for Port Trunk with LACP

e Network Security RADIUS, TACACS+, SSL, SSH, Broadcast Storm Protection, Port Lock,
MAC sticky, NTP authentication, SMTP with TLS SSH to enhance
network security

9. Power input Dual redundant power input

10. Input voltage range VTS

11. Power consumption VTS

12. Surge & spike protection Should support EN 61000-4-5 std for surge.

13. Diagnostics Self Test and alarm output

14. Operating& Design


temperature Refer Site Data

15. Humidity Up to 95%

16. Electrical safety UL/IEC/EN 60950-1

17. EMC EN550222010, EN550242010


EN61000-6-4
EN61000-4-2 (ESD)
EN61000-4-3 (RS)
EN61000-4-4 (EFT)
EN61000-4-5 Class 3 for DC power, Class 2 for I/O

18. MTBF Better than 2,00,000 hours


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 309
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Sr. PARAMETERS MINIMUM REQUIRMENTS


No.

19. Ingress protection IP30 protection minimum

20. Mounting DIN rail or direct panel

Note: Power adaptors wherever used for Layer 2 Switches for TAS LAN shall be of Industrial
Grade.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 310
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

REDUNDANT UPS SPECIFICATIONS

1.0 Scope
1.1 The scope of this specification is to define technical requirements of design, manufacture,
testing, packing and dispatch of static Uninterrupted Power Supply (UPS) System, which shall
be installed in the Petroleum Storage Terminal Project of Indian Oil Corporation Ltd. (IOCL),

2.0 Codes and standards


2.1 The equipment shall comply with the requirements of latest revision of following standards
issued by BIS (Bureau of Indian Standards) unless otherwise specified

Codes Description
IS 5 Colors for ready mixed paints & enamels
IS 1248 Direct acting indication analogue electrical measuring (Part 1, 2, 4 and 9)
instruments and their accessories
IS 2147 Degree of protection provided by enclosures for low voltage switchgear
and control gear
IS 3700 Essential rating and characteristics of semi-conductor devices Part (1 to
11)

IS 3715 Letter symbols for semi-conducting devices (Part 1 to 4)

IS 4411 Code of designation of semi-conductor devices


IS 5001 Guide for preparation of drawings of semi-conductor devices Part (1 &
2) and integrated circuits
IS 5469 Code of practice for the use of semi-conductor junction devices Part (1
to 3)

IS 7204 Stabilised power supplies D.C. output Part (1 to 4)


IS 12021 Control transformers for switchgear and control gear for voltages not
exceeding 1000V dc
IS 13314 Solid state inverters run from storage batteries
IS 13703 Low voltage fuses for voltage not exceeding Part (1 to 4) 1000V AC or
1500V DC
IS 13947 Specification for low voltage switchgear and control gear(Part-4 / Sec-1)

IS-1652 Lead Acid type Batteries with Plante positive plates


IS- 11171 Dry type transformers
IEEE-485 Battery Sizing
IEC 62040 Uninterruptible power system (All Parts)
2.2 In case of imported equipments, standards of the country of the origin shall be applicable if
these standards are equivalent or stringent than the applicable Indian Standards.
2.3 The equipments shall conform to the provisions of the Indian Electricity Rules and other
regulations in force in the country.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 311
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

2.4 In case Indian Standards are not available, standards issued by IEC/ BS/ VDE/ IEEE / NEMA or
equivalent agency shall be applicable.

3.0 Operating Conditions


3.1 Design temperature for Electrical Equipments/Devices :Refer Site Data
3.2 Relative Humidity : max 95 % (non –condensing)

4.0 Design and Operational Requirements


4.1 General

4.1.1 The UPS system shall be an integrated system comprising several components of equipment
with major Items as listed below (Refer attached SLD)
 Static rectifiers (SCR based)
 Static Inverters (IGBT based)
 Storage battery (1.2 V NiCd SMF Battery) with MS racks, (PVC lining stool or wooden
stool)
 Battery bank (2x50% for ½ hour back up time at rated load)
 Static Switches (at Inverter Output & Static Bypass line)
 Manual Bypass Switch 2 Nos, 1 for each UPS to avoid single point failure
 AC Distribution Board
 Servo Controlled voltage stabilizer in bypass
 Isolation Transformer: 3 nos: At input, built-in inverter at output & Bypass line before
SCVS.
 Protection devices
 Lightening and Surge protection devices as input ends as per IEC 61643-11
 Interconnecting cabling between various units of UPS

Any other equipment/accessories required for completeness of the system whether


specifically mentioned herein or not, but necessary for completeness and satisfactory
performance of the system.

4.1.2 The UPS system shall be suitable to feed all loads connected to the output which are
primarily instruments, PLC, computers, disc drives and other SMPS equipment leading to
high crest factor of the load.

4.1.3 The inverter shall be transistorized (IGBT) type or with the latest proven technology. All
components shall be a high quality and reliability that satisfy with the requirements of a
secure AC power to vital equipment with respect to performance, controlling, monitoring
and safeguarding function in continuously operating Terminal Automation System.
Components shall be capable of withstanding the thermal and dynamic stresses resulting
from internal and external short circuits and switching surges etc.

4.1.4 The design of UPS shall be such as to minimize the risk of short circuits and shall ensure
human and operational safety.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 312
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

4.1.5 The UPS unit and its associated equipments shall be suitable for operating at the specified
rating continuously with the specified voltage and frequency variations under the ambient
conditions without exceeding the temperature more than 15 deg. C above ambient around
PCBs inside the cubicle and without any detrimental effect on any part.

4.1.6 The UPS system shall be based on latest generation of S-pulse width modulated (PWM)
design with proven performance. IGBT based design is required.
4.2 Input power Supply

4.2.1 The UPS shall be suitable for input power supply as defined in data sheet. If not specified
therein the UPS shall be suitable for the following input power supply.

Voltage 415V ±10% 3 Phase


Frequency 50Hz ±5%

4.2.2 In addition to above variations, input voltage may be subject to transient variations
comprising voltage dip to 80% of normal voltage during motor start-up and voltage
interruption during short circuit as well as frequency variation due to large motor startup.
UPS system shall be designed to operate satisfactorily while deriving the input power from
an emergency diesel generator set.

4.2.3 UPS system shall also operate satisfactorily on input power supply having
 The ratio of negative to the positive sequence components not exceeding 5% and
total harmonic disorder of not more than 5%.

4.2.4 The incoming power supply to the UPS will be provided by 3 nos. feeders as per SLD. Two
feeders shall feed the rectifiers while one feeder shall supply power to stabilized bypass
supply.

4.2.5 The manufacturer shall specify the current rating of the input feeder to UPS from client
switchboard based on 150% overload at minimum battery voltage and including the UPS
efficiency.
4.3 Configuration and operation requirements Parallel Redundant UPS scheme with bypass (with
2x50% batteries)

4.3.1 In UPS system having this configuration, two sets of rectifiers and inverters shall be
provided. Under normal operating conditions, When AC mains power is available both the
rectifiers shall operate in parallel and supply DC power for float/rapid charging of the
batteries and simultaneously to inverters. In case failure of one rectifier, the other rectifier
shall feed the complete load and the battery without any interruption.
In case of incoming supply failure or failure of both the rectifiers the batteries shall feed the
inverters without any interruption. Each rectifier shall be designed for simultaneously
feeding complete inverter load and float/rapid charging of the batteries to its rated capacity.
Each rectifier shall be equipped with “On Line” automatic as well as manual charging facility.
Normally both inverters will be synchronised with each other and with stabilized bypass
supply. Both inverters shall operate in parallel and share the load equally.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 313
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

The load sharing controls shall not be subject to common mode failure and any failure of the
load sharing controls shall not result in the loss of vital power.
When a disturbance/fault occurs in any one of the inverter, the faulty unit should get
automatically disconnected and entire load shall be fed from the other inverter. In case both
the inverters develop fault, the complete load shall be transferred to stabilized bypass
supply through static switches and retransfer of load from the stabilized bypass supply to
the inverter shall be possible in auto as well as in manual mode.
4.4 UPS Design and Performance Requirements

4.4.1 Incoming AC supply shall be converted to DC through 3 phase full wave controlled rectifiers.
The rectifiers shall operate according to the constant voltage current limiting principle and
shall incorporate a “Soft Start” feature to gradually accept load on initial energizing.

4.4.2 The rectifier section of the UPS shall be capable of precise regulation to prevent damage to
the battery. The output voltage of the rectifier’s DC bus without the battery shall be
stabilized to within +/- 1% of the set value during load variation between 0 to 100% of the
rectifiers and specified mains input voltage variation.

4.4.3 Suitable protection shall be provided in the control circuits to guard against instability of
phase controlled rectifiers due to electrical oscillations which may be present in the input
supply as caused by emergency DG set.

4.4.4 The UPS system including the stabilized by-pass shall be galvanically isolated from the input
power supply system by providing double wound transformers. All transformers shall be
natural air cooled, dry type suitable for location inside the panel. All rectifiers shall also have
a double wound transformer at its input.

4.4.5 An RFI filter shall be provided. The production of radio frequency interference voltage shall
not exceed the value of suppression grade”N” as defined in VDE-0875. The performance of
the UPS system shall not be affected or in any way degraded by use of portable radio
transmitter receiver in the vicinity of the UPS system and or UPS room.

4.4.6 Surge & Lightening Protection:

 The UPS needs to be protected against lightning impulse current (10/ 350 µs) and
switching surges (8/20 µs) as well. Device should have separate plug having Spark Gap &
separate plug having MOV on a common base to get protection against lightning and
switching surge. The device shall be able to handle continuous over voltage 350 V.

 The Incomers (3ɸ, 4 wires – 3 nos.) of the UPS in Main Control Room need to be installed
with spark gap based Type1 + Type 2 or T1+T2 with separate N and PE (L1, L2, L3, PE, N)
as per IEC 61643-11

 The device shall be capable to discharge lightening current of 100 KA (10/350 µs,
lightning current) (25 KA L-N and 100 KA N-E) and transient surges of 12 KA (10/350 µs,
lightning current) between N-PE and 40 KA (8/20 µs switching surges).
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 314
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

4.4.7 The UPS unit shall be suitable for 0.7 lagging to unity power factor. The overall power factor
may be taken as 0.8 lagging unless indicated otherwise. The overall efficiency of the UPS
system shall not be less than 80% at rated load and 0.8 pf.

4.4.8 The UPS shall be provided with automatic sequence and power walk circuit(s) with time
delay of up to 15 sec. such that the rectifiers and inverters can start operating automatically
when incoming AC power is restored allowing the UPS to be loaded automatically.

4.4.9 Facility for initial charging of batteries shall also be provided at a voltage level recommended
by the battery manufacturer. The inverter may be disconnected during initial charging of the
battery.

4.4.10 Battery bank shall be 1.2 V NiCd SMF Battery. Battery capacity shall be decided considering
load power factor as 0.8 and as per IEEE 485, 1.25 ageing factor, 10% design margin and
temperature compensation at 5°C. Each UPS shall be provided with dedicated Battery. Each
Battery bank capacity in AH shall be adequate for ½hour backup, specified load and site
conditions. The end cell voltage after discharge shall be limited to 1.1 volt per cell

4.4.11 On failure of the main supply, inverter unit shall continue to supply rated load from the
battery bank for ½ hour duration.

4.4.12 The rectifiers/chargers shall be designed to completely charge the Lead acid and Nickel
cadmium batteries in a maximum time of 10 hours after complete discharge and at the same
time meeting the inverter requirements when the inverter is delivering its rated output at
0.8 pf. Facilities shall be provided to initiate battery rapid charge operation by manual &
automatic means. An auto charging sequence should be provided for the rapid and float
charging based on current sensing. Battery charger for NiCd battery shall be sized to provide
boost charging of the battery up to 90% of rated Ampere hours within duration of 24 hours
and up to 100% within 4 days.

4.4.13 In addition to above, the charging shall be transferred from rapid to float mode after a
preset time adjustable through 0-24 hours timer as back up protection against overcharging.
Necessary alarms to indicate battery deep discharged and D.C. over-voltage conditions shall
be provided. Selector switch shall be provided for selecting the float charge or boost charge
mode. Facility shall be provided for boost charging of batteries either in auto or manual
mode.

4.4.14 The rectifiers shall be sized based on the maximum inverter input load when inverter is
delivering its rated output at 0.8 rated pf and recharge the battery to nominal rated capacity
of the battery. The DC load imposed by the inverters shall be considered under the most
severe operating conditions where only one rectifier is operating but the UPS load is equally
shared by all the inverters. Each Rectifier should be 12-pulse (fully controlled)

4.4.15 The DC rectifiers shall sense the battery charging current and adjust the DC bus voltage to
maintain the charging current to preset level. A separate current limit circuit shall also be
provided for adjustment of battery current. The rectifiers shall be protected against reverse
battery connection at DC link voltage bus. Subsequent to a discharge cycle when battery is
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 315
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

connected to rectifier, the battery current shall be monitored, controlled and limited to set
value automatically irrespective of the inverter input current.

4.4.16 The battery maybe taken out of service for maintenance, during which period it shall be
possible for the inverter to continue operation by drawing power from the rectifier. Ripple
content at the DC link shall not exceed 2% even with battery disconnected.

4.4.17 Battery/DC link shall be provided with sensitive earth leak detection.

4.4.18 Bidder shall provide the battery sizing (AH) calculation along with the bid for purchaser’s
review. The C10 capacity test certificate shall be submitted to the purchaser before dispatch
to site.

4.4.19 The UPS output voltage shall be sinusoidal with a relative harmonic content not exceeding
5% for both linear and non linear loads.

4.4.20 The inverter shall control the output voltage of the UPS such as to maintain synchronism
with the mains bypass voltage during variations in mains frequency up to the limit specified.
During variation in mains frequency exceeding these limits, the inverter shall revert to
internal frequency control.

4.4.21 It shall be possible to vary the output voltage steplessly within + 5% of the specified output
voltage. This adjustment shall be possible to be made when UPS is in operation

4.4.22 The inverter steady state output voltage and frequency (free running) variation shall not
exceed ±1% for specified input power supply condition and no-load to full load condition.

4.4.23 UPS shall be designed for overload of 125% for 10 min. and 150% for 1 min. after which
drooping characteristic shall come into operation. UPS shall be provided with current
limiting circuit to avoid excessive loading beyond its permissible overload withstand
capability.

4.4.24 Output frequency of the inverters must remain synchronized to one another which in turn
shall be synchronized to the standby power supply frequency provided the latter does not
vary by more than 50Hz ±5% in asymmetrical steps of ±1.0%.It should be possible to change
the setting of frequency range of synchronism between above limits by frequency selector
switch. Outside these limits inverter should be desynchronize with the bypass and run at its
own frequency. When running at its own frequency, frequency variation shall be maintained
less than ±1.0%.

4.4.25 Re synchronization with bypass power supply must take place automatically with some time
delay when frequency comes back to +/- 5% ranges. Changeover from inverter to bypass
shall be possible in desynchronized mode of operation. Change over time in both
synchronized and desynchronized mode operation shall be indicated.

4.4.26 UPS system shall be suitable for both floating output and earthing of one leg in case of
single-phase system / star-point in case of three-phase system
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 316
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

4.4.27 Output voltage shall be single phase 230VAC. The maximum waveform distortion of the
output voltage shall not exceed 3% RMS for linear loads and 5% RMS for non-linear loads.
The UPS unit shall be suitable for operation for non-linear loads having crest factor of 3.

4.4.28 Voltage dip / rise on sudden application / throw of 100% load or on changeover from
inverter to bypass or vice versa shall not exceed 15% and shall be recovered within 20 msec.
to 98% of the rated voltage

4.4.29 The stabilized bypass supply shall be designed to regulate the output voltage within +/- 2%
of the rated voltage over complete range of load from no load to full load and for specified
input supply voltage variation. Voltage stabilizer shall be Servo Controlled type (SCVS).

4.4.30 The stabilized bypass supply shall have a continuous current rating equivalent to the rated
output of the UPS unit and be capable of conducting a current ten times the rated output for
the duration more than the fault clearing time of the type of fuse provided. The load transfer
devices shall comprise of continuously rated static elements in both inverter and stabilized
bypass supply.

4.4.31 Adequately rated static switches in required number & configuration shall be provided in the
inverter(s) output and stabilized bypass supply to ensure positive isolation of faulty inverter
section such that the other inverter and bypass circuits do not feed into the fault leading to
under voltage/ trip. The short time rating of all the static switches shall be at least 10 times
the rated output for the duration more than the fault clearing time of the type of fuse
provided.

4.4.32 Facility shall be provided to manually and automatically initiate transfer of the load from
inverters to the stabilized bypass supply and from stabilized bypass supply to the inverters.
Under voltage and overvoltage sensing levels to initiate transfer shall be adjustable. The
maximum transfer time between inverters and bypass supply shall not exceed 4 msec and
20 msec in synchronous and asynchronous mode respectively.

4.4.33 All breakers shall be adequately rated for continuous rating as well as breaking capacity as
applicable. Paralleling of breaker/switch/contractor poles to achieve the required current
rating is not acceptable. All output isolating device shall be double pole type.

4.4.34 All electronic power devices including thyristors, transistors (IGBTs), diodes etc shall be rated
under operating conditions for approximately200% of the maximum current carried by the
device. All other electrical components such as transformers, reactors, breakers,
contractors, switches, bus bar etc shall be rated at least 125% of the maximum required
rating. No electronic device shall be subjected to PIV greater than 50% of its rated value.

4.4.35 All the thyristors, power transitors, diodes and other electronic devices of the UPS shall be
protected with high speed semiconductor fuses, which shall also take care of protecting
these devices from excess heat.

4.4.36 The outgoing circuits of ACDB shall be protected by semiconductor fuses. Each inverter shall
be designed to clear a fault in any of the branch circuits upto maximum rating of 25% of the
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 317
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

system capacity without the assistance of the stabilized bypass supply. In case of any fault
clearing time shall be less than 4 msec.

4.4.37 All PCBs shall be provided with a transparent epoxy coating for environmental protection
and tropicalisation. They shall be suitably away from heat sources.

4.4.38 All electronic control and monitoring printed circuit cards shall be installed in standardized
electronic equipment frames and shall be fitted with suitable means for easy removal. The
frames shall incorporate guides for PCB’s to facilitate correct insertion of PCB’s and shall
allow access to the wiring side of the connectors. All PCBs shall be placed in a manner to
avoid replacement of a PCB by a wrong spare PCB. Monitoring points shall be provided on
each of the PCB’s and the PCB shall be firmly clamped in position so that vibration or long
usage do not result in loose contacts. Failure of each PCB shall be indicated by visual alarms.
Visual fault diagnostics shall preferably identify faults up to various sections in the card.

4.4.39 Forced ventilation of panel, if provided, shall be supplemented by 100% redundant fan. In
normal operation, normal & redundant fans shall run together. The power supply for the
fans shall be tapped from the inverter output. However, the rating of the UPS as specified in
the data sheet shall be net of the output of UPS after deducting power consumption for fans
etc. However in case of non operation of 50% of running fans, UPS output shall not be
affected. The fans shall be arranged to facilitate removal of fan for maintenance without
requiring system shutdown. All fans shall be equipped with monitoring facilities to provide
an alarm in the event of fan failure.

4.4.40 Maximum noise level from the UPS system at 1 metre distance, under rated load with all
normal cooling fans shall not exceed 75dBA.

4.4.41 Potential free contact, min 5 Nos. to be provided in addition to Ethernet port for remote
monitoring.

4.4.42 The UPS shall be provided with fault diagnostic feeders. Each UPS systems shall be provided
with input and output isolation transformer (Refer attached SLD) of adequate capacity
having CMMR of 100db minimum with coupling capacitance of 0.01pf. All UPS systems shall
be provided with a facility for online discharge of battery bank on load, without any risk to
load

5.0 Constructional Details


5.1 The equipment shall preferably be supplied in enclosed, dust & vermin proof, floor mounted,
sheet steel enclosure. In case, it is necessary to provide opening for ventilation, this should be
closed by fine mesh. Minimum degree of protection for enclosure shall be IP-31 as per IS-
13997.
5.2 Enclosures shall be fabricated with cold rolled sheet annealed steel of minimum thickness 1.6
mm.
5.3 The door hinges shall be as per OEM standard.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 318
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

5.4 All external hardware shall be cadmium / Zinc plated steel. Hardware for fixing the removable
parts shall be provided with retaining devices.
5.5 UPS unit shall have panel for accommodating rectifier/charger, inverter and static switch shall
be housed in single cabinet, static stabilizer, isolation transformer, bypass supply, and
distribution boards shall be individually housed separately.
5.6 Power Distribution boards shall be of fixed type, floor mounted, single front execution in fully
compartmentalized design and divided into distinct panels each comprising of bus-bar
chambers, individual feeder modules and vertical cable alley. Bus bar shall be color coded and
live parts shall be shrouded to ensure complete safety to personnel intending routine
inspection by opening panel doors. It shall be possible to operate the switches without
opening the doors. Vertical cable alley of minimum 200mm width with suitable supports shall
be provided for the termination of outgoing cables. Suitable supports shall be provided for
supporting incoming and outgoing cables. All outgoing switches shall be air insulated load
break type. Fuses on outgoing feeders shall be fast acting semiconductor type and cable entry
shall be from bottom. The gland plate of the distribution board shall be non-magnetic type
where single core cables are used. Cable glands shall be of brass and single compression type
and cable lugs shall be of tinned copper.
Provision shall be made in the PDB to segregate emergency load - load connected to Control
room equipments, CCTV system & Siren etc as per FDR and these equipments shall not get
powered off in case of power ESD.
All other equipments except emergency load as mentioned above shall be powered off during
power ESD. Suitable contractors to be provided segregating area wise power distribution cut
off during power ESD.
5.7 Mounting height of components requiring operation and observations shall not be lower than
300 mm and higher than 1800 mm.
5.8 Power cables shall have Aluminium conductor, XLPE insulation and FRLS PVC outer sheath and
Control cables shall have copper conductor, XLPE insulation and FRLS PVC outer sheath.
Control cables shall have minimum cross section of 1.5 sqmm.
5.9 All control wiring shall preferably be enclosed in plastic channels or otherwise neatly bunched
together. Each wire shall be identified at both ends by PVC ferrules.
5.10 All solid state power devices shall be protected through current limiting fuses having micro
switches for operation indication. All power and control switches shall be mounted on the
door operable externally and shall be of rotary type. Space heaters with adjustable setting
thermostat and 100W incandescent lamps with Edison screw shall be provided in each panel.
Test plugs shall be provided for electronic circuits. All control circuits shall be protected by
miniature circuit breakers.
5.11 A 25mm x 8 mm copper earth bus shall be provided at the bottom of the panels with provision
for earth connection at both ends to the main earth grid. Suitable earthing of non-current
carrying metallic parts of various equipment shall be done to ensure safety.
5.12 All metal parts shall be treated (Seven tank process) so as to ensure efficient anticorrosive
protection. Hardware shall be zinc passivated or electro galvanized. Panel enclosure and
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 319
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

structure supports shall be thoroughly cleaned and degreased to remove mill scale and rust
etc.
5.13 Bidder shall provide indicating lamps for Normal and bypass supply, ON, OFF, TRIP.
Acknowledge and reset buttons

6.0 Transformers and Chokes


All transformers and chokes shall be of dry type and air-cooled. This shall be class 'F' insulated,
vacuum impregnated.

7.0 Electrolytic Capacitors


These may be polarized aluminum type 1, suitable for long life and category 1, as per IS-4317
or equivalent IEC. The capacitor shall preferably be self-healing type. These shall be so located
in inverter panels that the operating temperature does not exceed 65 degree C maximum.

8.0 Instruments
In case, the system does not use LCD based digital metering, Ammeters & voltmeters shall be
moving coil type of class 1.5 accuracy as per IS -1248. These shall be flush mounting type of
minimum size of 96 mm x 96 mm and shall have taut band scale of 240. Frequency meter shall
be of reed type having rangeof45 Hz to 55 Hz. Mimic Display should be available to indicate
status of various parameters.

9.0 Static Switches


Static switches shall be naturally commutated type with parallel inverse connected thyristors.
These shall be rated for continuous duty for 100% load. Short time rated static switches are
not acceptable.

10.0 Battery
Battery along with accessories shall conform to Engineering Standard ES-8142.

11.0 Indication Lamps


All indication lamps (if applicable) shall be of LED type suitable for the specified control
voltage, having minimum illumination of 40 milli candela.

12.0 Moulded case Circuit Breakers


For isolated devices of various equipment, moulded case circuit breakers shall be used. These
shall be provided with overload and short circuit protective devices and shall conform to IS-
2516.

13.0 Painting
The enclosures after suitable pre-treatment shall be painted with two coats of anti-corrosion
paint followed by two coats of anticorrosive paint.
All paints shall be carefully selected to withstand tropical heat and extremes of weather. The
paint shall not scale off, crinkle or be removed by abrasion due to normal handling.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 320
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Electrostatic power paint shall be preferred.

14.0 INSTRUMENTS, INDICATION AND ANNUNCIATION


14.1 An illuminated one line diagram indicating operational status shall be provided at front of the
panel.
14.2 Following measuring instruments shall be provided on the system
Charger Panel
- AC Line Voltage (with a selector switch).
- AC Line current (with a selector switch)
- Charger output voltage (each).
- Battery Charging current.
- Battery current (charging/discharging current).
Inverter panel
- Bypass Voltage.
- UPS Output voltage
- UPS AC Output Current.
- Frequency Meter at each invertor output.
14.3 Following indications lamps shall be provided
All indicating lamp shall be LED type. LEDs provided for indication shall be cluster type with
adequate brightness and minimum 2 nos. LED chips per light
Charger Panel
- AC mains ON (3 lamps).
- Battery - On float.
- Battery on boost.
Inverter Panel
- Battery Output on.
- Inverter - I feeding.
- Inverter - II feeding.
- Bypass Supply ON.
- Load on bypass.
- Mains Synchronized/ frequency out of limit.
14.4 Audio - Visual alarm shall be provided for the following complete with "ACCEPT", "RESET" and
"TEST" facilities.
Charger Panel
- Mains failure
- Battery Charger failure / SCR fuse failure
- Battery Low
- Inverter temperature high
- Low voltage from inverter
- Load on Bypass
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 321
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

- All power fuse failures


- DC earth fault/ DC over - Voltage
- Main under voltage
- Cooling fan tripped (Common for all fans
Inverter Panel
- Inverter temperature high
- Low voltage from inverter
- Load on Bypass
- Inverter overloaded
- DC input failure/ under voltage.
- Inverter - I : Over voltage/ Under voltage.
- Inverter - II : Over voltage/ Under voltage

15.0 Remote communication with host system:


15.1 UPS shall have minimum 5 nos. Programmable potential free contacts along with Serial /
Ethernet communication port for remote monitoring.
15.2 Potential free contacts to be configured for below mentioned status and feedback of the UPS
for interfacing with TAS.
a. Running Status / Load on inverter
b. Load on bypass
c. Incomer Fail alarm / Load on battery
d. Over Load
e. Battery Low
f. Spike / Surge Voltage beyond range (if available)
g. Output Frequency beyond range (if available)

16.0 Documents
16.1 Data/drawings after the order (3 copy each)
a. Specification Sheet
b. Technical Particulars/datasheet
c. Block Diagram
d. General Arrangement drawings and Foundation plan
e. Calculation for Battery capacity Sizing
f. C10 capacity test certificate
g. Feeder details for distribution boards
h. Quality assurance plan (QAP) for purchaser’s approval prior to dispatch at supplier’s works
and during commissioning at site
i. Descriptive literature and catalogues
j. Bill of Materials
k. Schematic & Wiring Diagram
l. Installation, operation and maintenance manual
m. Spare parts list with identification
n. Test Certificates and Test reports (not older than 5 years)
o. Guarantee Certificates
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 322
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

17.0 Testing and Inspection(As per IEC 62040-3)


17.1 In addition to the standard tests carried out by the Vendor in accordance with IEEE and IS
standards, the following operational tests shall be performed to indicate compliance with the
specifications. The entire functional test as required in this specification shall be carried out.
All the routine tests shall be carried out as per relevant Standards. Type test reports not more
than five years old from date of purchaser shall be reviewed for acceptance. Otherwise tests
shall be carried out by bidder without any implication to purchaser.
The UPS units shall be subjected to test as per relevant standards. The test shall include, but
not limited to the following.
a. Insulation tests
b. Interconnection cable check
c. AC input failure test.
d. AC input return test.
e. Simulation of parallel redundant UPS fault
f. Transfer Test
g. Regulation test
h. UPS efficiency
i. Current division in parallel UPS
j. Light load test
k. Continuous full load test at 0.8 pf with temperature rise measurement
l. Auxiliary equipment and control circuit tests
m. Synchronization test
n. Over load capability test
o. Short circuit fuse test
p. Restart
q. Output over voltage
r. Dynamic response test
s. Harmonic components
t. Earth fault test
u. Audible noise test

18.0 Brief Specification of Isolation transformer


a. Power rating 230V AC
b. Input voltage range ±10%
c. Voltage transformation ratio 11
d. Load regulation 4% or less from no load to full load
e. Frequency 50 Hz ±5%
f. Insulation resistance 100 MΩ from winding to core measured at 500V dc
g. Common mode rejection ratio Min 100 db
h. Coupling capacitance 0.01 Pf
i. Class of insulation Class F
j. Construction as per IS 2026

Stage Inspection of the isolation transformer will be carried out at different phases of
assembly and fabrication.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 323
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

19.0 Conflict
19.1 In the event of conflict between this specification and other documents listed herein, the
following order of priority shall govern-

 Design criteria, drawings and data sheet (whichever applicable)


 This specification
 General specifications
 Codes & Standards

20.0 Packing and Transportation


20.1 The offered UPS systems along with their accessories shall ship to site packed in wooden
crates. They shall be wrapped with polythene sheets, before being placed in the crates to
prevent damage to finish. Crates shall have skid bottom for handling. Crates shall be clearly
indicating the top position of transportation and symbol of fragile, if applicable. Insurance
amount for the entire system shall be included in the quotation by the bidder. Electrolyte is
not allowed for transportation with battery.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 324
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Single Line Diagram of Redundant UPS


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 325
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SYSTEM CABINETS

1.0 General
1.1 All the Cabinets shall be of freestanding, enclosed type and shall be designed for bottom entry
for cable connection. Cabinet’s structure shall be sound and rigid and shall be provided with
removable lifting lugs to permit lifting of the cabinets.
1.2 Cabinets shall be fabricated from cold rolled steel sheet of minimum 2-mm thickness suitably
reinforced to prevent warping and buckling. Doors shall be fabricated from cold rolled steel
sheet of minimum 1.6 mm thickness. Cabinets shall be thoroughly deburred and all sharp
edges shall be grounded smooth after fabrication.
1.3 Each cabinet shall be of minimum2100 mm height, 800 mm width and 800 mm depth.
Construction shall be modular preferably to accommodate 19" standard electrical racks. All
racks shall be of same height. Maximum swing out for pivoted card racks doors and drawers
shall be limited to 600 mm.
1.4 Cabinets shall be equipped with front and rear access doors. Doors shall be equipped with
lockable handles and concealed hinges with pull pins for each door removal.
1.5 Biometric fingerprint cum smart card reader along with accessroies (electromagnetic door
locks for front & Rear doors etc) to be provided on the panel for restricting un-authorised
opening of the panel. The same shall be integrated with Access Control System/ TAS.
1.6 Limit switch to be provided on panel door and to be integrated with TAS for status monitoring
of the door. (Open/close status). System shall generate alarm whenever the door is not
closed.
1.7 In order to effectively remove dissipated heat from the cabinets, vent louvers backed by wire
fly screen shall be provided to cabinet doors. Two nos. each i.e. total four nos. of ventilation
fans shall be provided for front & rear portions of the cabinet for all cabinets.
1.8 Illumination shall be provided for all cabinets by fluorescent lamps / CFL Lamps and door
operated micro switches. Utility socket of the rated power supply shall be provided.
1.9 Equipment, within the cabinet, shall be laid out in an accessible and logically segregated
manner. Clamping rails shall be provided for incoming cables to prevent excessive stress on
the individual terminal. All metal parts of the cabinet including doors shall be electrically
continuous and shall be provided with a common grounding lug.

2.0 Terminals Blocks and wiring


2.1 Termination blocks shall be of clip-on type mountable on standard rails. They shall be of
shrouded type with slot for screwdriver. TB shall be of stacking type.
2.2 Wherever needed, fused TB with adequate rated fuse shall be provided.
2.3 Terminal blocks shall be so located that there is proper accessibility.
2.4 Terminal Blocks for 230 V AC and 24 V DC shall be of different colours. There shall be
CAUTION plate with plastic holding screws.
2.5 Single terminals shall not be used for terminating more than 2 wires.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 326
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

2.6 Terminal blocks shall carry identification marks on each of them.


2.7 At least 20% extra terminals shall be provided.
2.8 Panel wiring shall be neat and tidy, confirming to the engineering practice existing.
2.9 1100 volts grade, PVC insulated, multi strand, single core cable shall be used as per
specification.
2.10 Cable size of minimum 0.5 sq. mm to 2.5 sq. mm or higher size depends on the current rating.
2.11 Recommended colour codes for wires
 230 V Phase Red
 230 V Neutral Black
 230 V Ground Green
 Analogue Signal Blue
 RS Communication Grey
2.12 All cables shall be routed through good quality rectangular cable ducts. Cables shall occupy
only up to 60% of duct area.
2.13 Wire termination shall be made with solder less crimping type tinned copper lugs of suitable
shape such as bootlace, spade, etc., which shall firmly grip conductor and insulation. Sleeves
shall be provided for all wire termination.
2.14 All cables shall be properly marked at both ends using ferrules. These ferrules shall be printed
on an electronic machine using a single PVC sleeve. At each end target and source code shall
be described.

3.0 Breakers and Fuses


3.1 All electrical circuits shall be fed from moulded case circuit breakers, installed in the “line”
lead, using separate breaker for each circuit. Neutrals may be bussed but must be identified
with the associated circuit breaker.
3.2 Each type of power supply (230 V AC, 50Hz) of each section shall be isolated by means of
adequately rated single pole thermal magnetic circuit breaker.
3.3 Circuit breaker shall be of the miniature thermal magnetic type and shall be of plug in
construction (supply with plug in terminal block)
3.4 Current trip rating shall be selected to protect the load as applicable, for instrument supply
generally 0.5A (assumed), common circuit breaker is to be provided to switch on and off the
AC supply of the control system.
3.5 Individual circuit breaker shall be provided for each instrument shelf or group of shelves and
digital indicators on mimic.

4.0 Earthing
4.1 Each panel, cabinet, console, and other equipment in control room shall be provided with an
earthing lug. All these lugs shall be properly secured to the AC mains earthing bus.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 327
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

4.2 All circuit grounds of electronic instruments, shields and drain wires of signal cables shall be
connected to instrument ground bus, which is electrically isolated from the AC mains earthing
bus. This bus shall be typically 25 mm wide and 6 mm thick of copper. The instrument ground
bus is connected to independent instrument system ground buses through insulated wires.
4.3 All safety barriers shall be securely grounded. The barrier ground wire shall be capable of
carrying a maximum fault level current of 0.5 ampere at 250 V R.M.S. per barrier.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 328
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

a) HARDWIRED CUM ALARM ANNUNICATOR PANEL (CONTROL ROOM)


Currently in S&D room a common ROV control panel is provided for giving OPEN/CLOSE command to
existing ROV. This panel also provides status signal from ROV. The same shall be replaced with new
Hardwired cum alarm Annunciator panel. Existing cables shall be retained.

New Hard Wired Panel shall consist of following Push buttons, indication lamps and annunciator
windows.
1. OPEN and CLOSE Push button for 21 Nos. of existing ROV.
2. OPEN and CLOSE Indication Lamp for 21 Nos. of existing ROV
3. ESD activation indication – 7 Nos.
4. Alarm Annunicator for
b) Bullet and Sphere Level HH – 7 Nos.
c) Bullet and sphere level HHH – 7 Nos.
d) Bullet and Sphere Pressure High – 7 Nos.

b) EXPROOF HARDWIRED CUM ALARM ANNUNICATOR PANEL (FILLING SHED)


New Exproof cum Hardwired cum alarm Annunciator panel to be provided near carousal with
following Push buttons, indication lamps and annunciator windows.
1. Vessel Mode - DORMANT/DESPATCH/RECEIPT
2. RUN INDICATION for PUMP and Compressor
3. Vessel level LOW alarm
4. START and STOP Push button for filling operation.
5. Beacon cum hooter
6. Group alarm for Pump/Compressor trip, ROV fail to OPEN, Tank Mode Failure

c) EXPROOF HARDWIRED CUM ALARM ANNUNICATOR PANEL (TLD SHED)


New Exproof cum Hardwired cum alarm Annunciator panel to be provided near First bay with
following Push buttons, indication lamps and annunciator windows.
1. Vessel Mode - DORMANT/DESPATCH/RECEIPT
2. RUN INDICATION for pump and Compressor
3. Vessel level HIGH and LOW alarm
4. Beacon cum hooter
5. Group alarm for Pump/Compressor trip, ROV fail to OPEN, Tank Mode Failure

d) EXPROOF HARDWIRED CUM ALARM ANNUNICATOR PANEL (TLD SHED)


New Exproof cum Hardwired cum alarm Annunciator panel to be provided in pump house with
following Push buttons, indication lamps and annunciator windows.
1. Vessel Mode - DORMANT/DESPATCH/RECEIPT
2. RUN INDICATION for pump and Compressor
6. Vessel level HHH, HH and LL alarm
7. Beacon cum hooter
8. Group alarm for Pump/Compressor trip, ROV fail to OPEN, Tank Mode Failure
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 329
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 330
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

CABLING, EARTHING, AND


OTHER ACCESSORIES
SPECIFICATIONS
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 331
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FRLS CONTROL CABLE

SL NO
DESCRIPTION SPECIFICATION/ MINIMUM REQUIREMENT
1 Type of Cable Multi core Copper cable
2 Voltage Class 1100 VAC grade
3 Size of Cable NC x 1.5 sq. mm
4 Applicable standard IS 1554 Part-1/1988
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper as per
5 Material
conductor class 2 of IS 8130
6 Size 1.5 Sq. mm
7 No of Strand 7
8 Diameter of Strand 0.525 mm
INSULATION
9 Material PVC type C as per IS 5831/1984
11 Type Extruded
12 Thickness As per Table 2 of IS 1554 (Part-1)
13 Color Scheme As per IS 1554 (Part-1)
2 cores Red & Black
Red, Yellow &
3 cores
Blue
Red, Yellow, Blue
4 cores
& Black
Red, Yellow, Blue,
5 cores
Black & Grey
Grey Coloured core
with number marked at
More than 5 cores
interval of every 250
mm
INNER SHEATH
15 Material PVC compound type ST2 as per IS 5831/1984
16 Type Extruded
17 Thickness As per Table 4 of IS 1554 (Part-1)
ARMOUR

Galvanized round steel wires over inner sheath where the


calculated diameter below armouring < 13 mm OR Galvanised
18 Material
steel strips over inner sheath where the calculated diameter
below armouring > 13 mm as per IS 1554 Part 1

19 Size As per Table 5 of IS 1554 (Part-1)


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 332
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SL NO
DESCRIPTION SPECIFICATION/ MINIMUM REQUIREMENT
20 Armour Resistance As per Table 6 of IS 1554 (Part-1)
21 Galvanisation Shall be as per IS 3975 and IS 10810 (Part 41)
OUTER SHEATH
22 Material FRLS PVC compound type ST2 as per IS 5831/1984
23 Type Extruded
24 Thickness As per Table 7 of IS 1554 (Part-1)
Marking on outer
25 By embossing/printing Make, Year of Manufacture, Voltage
sheath
grade and Size of cable

Sequential length At every interval of 1 meter


26
marking

27 Colour Black
Rodent and Termite
28 Yes
attack protection
29 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
30 Temperature Index Min 250 Deg C to ASTM D 2863
31 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested as per ASTM
32 Smoke Density
D 2843.
ELECTRICAL PARAMENTERS
Maximum resistance of
the conductor of
33 As per Table 2 of IS 8130
complete cable at 20
deg.C
Minimum volume 1 x 10 e13 @ 27 deg.C
34 resistivity (for 1 x 10 e10 @ 85 deg.C
insulation) As per IS 5831 - 1984
3 KV rms for 5 min between core to core
35 High voltage test
3 KV rms for 5 min between core to armour
Note:
Cable weight and Conductor weight per meter shall be provided.
Rip cord to be provided below the inner sheath
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 333
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FRLS POWER CABLE

SL NO
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
1 Type of Cable 3 core, 4 core Copper cable
2 Voltage Class 1100 VAC grade
3 Size of Cable 2.5sqmm, 4 sqmm, 6 sqmm, 10 sqmm
4 Applicable standard IS 1554 Part-1/1988
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper as
5 Material
per conductor class 2 of IS 8130
6 No of Strand 7
7 Size (sq mm) 2.5 4 6 10
8 Diameter of Strand (mm) 0.67 0.85 1.02 1.35
INSULATION
9 Material PVC type C as per IS 5831/1984
10 Type Extruded
11 Thickness As per Table 2 of IS 1554 (Part-1)
12 Color Scheme As per IS 1554 (Part-1)
3 core Red, Yellow & Blue
4 core Red, Yellow, Blue & Black
INNER SHEATH
13 Material PVC compound type ST2 as per IS 5831/1984
16 Type Extruded
17 Thickness As per Table 4 of IS 1554 (Part-1)
ARMOUR
Galvanised round steel wires over inner sheath where
the calculated diameter below armouring < 13 mm OR
18 Material Galvanised steel strips over inner sheath where the
calculated diameter below armouring > 13 mm as per
IS 1554 Part 1
19 Size As per Table 5 of IS 1554 (Part-1)
20 Armour Resistance As per Table 6 of IS 1554 (Part-1)
21 Galvanisation Shall be as per IS 3975 and IS 10810 (Part 41)
OUTER SHEATH
22 Material FRLS PVC compound type ST2 as per IS 5831/1984
23 Type Extruded
24 Thickness As per Table 7 of IS 1554 (Part-1)
By embossing/printing Make, Year of Manufacture,
25 Marking on outer sheath
Voltage grade and Size of cable
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 334
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SL NO
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT

26 Sequential length marking At every interval of 1 meter


27 Colour Black
28 Rodent and Termite attack protection Yes
29 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
30 Temperature Index Min 250 Deg C to ASTM D 2863
31 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested as per
32 Smoke Density
ASTM D 2843.
ELECTRICAL PARAMENTERS
Maximum resistance of the conductor
33 As per Table 2 of IS 8130
of complete cable at 20 deg.C

1 x 10 e13 @ 27 deg.C
Minimum volume resistivity (for
34 1 x 10 e10 @ 85 deg.C
insulation)
As per IS 5831 - 1984
3 KV rms for 5 min between core to core
35 High voltage test
3 KV rms for 5 min between core to armour
Note:
Cable weight and Conductor weight per meter shall be provided.

Rip cord to be provided below the inner sheath.


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 335
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FRLS SIGNAL CABLE

SL
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
NO
Single/Multi pair/Triad Shielded Copper Signal
1 Type of Cable
cable
2 Voltage Class 500V Grade
3 Size of Cable NP x 1.5 sq mm / NT x 1.5 sq mm
4 Applicable Standards BS EN 50288 - 7
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper
5 Material
as per conductor class 2 of BS EN 50288 - 7
6 Size 1.5 Sq. mm
7 No of Strand 7
8 Diameter of Strand 0.53 mm
INSULATION
9 Material PVC Type TI53 to BS EN 50290-2-21
10 Type Extruded
11 Thickness (Minimum) 0.44mm as per Table 1 of BS EN 50288 - 7
12 Colour Scheme of Pair BLACK & WHITE
One core of each pair/triad will be number printed
13 Pair Identification
at an interval of 250 mm
INDIVIDULA PAIR & OVERALL SHIELD
14 Material Pair and over all Shield with Al mylar tape
15 Type Helical
16 Thickness(Min) 0.05 mm
17 Coverage 25% overlap on either side & 100% Coverage
18 Pair twist 10~15 twists / mtr uniformly
Annealed tinned Copper in continuous contact with
19 Drain wire Material
Aluminum side
20 Drain wire Resistant size 30 Ohm/Km / 0.5 sq mm dia. 7 strands/0.3 mm
INNER SHEATH
21 Material PVC Type TM53 to BS EN 50290-2-22
22 Type Extruded
23 Thickness (Nominal) As per BS EN 50288 - 7
24 Rip cord Required, Non metallic type below inner sheath
ARMOUR
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 336
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SL
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
NO
0.9mm Galvanised round steel wires over inner
sheath where calculated diameter below
armouring < 15 mm
OR
25 Material
4mm x 0.8 mm Galvanised steel strips over inner
sheath where calculated diameter below
armouring > 15 mm as per EN 10257-1 and EN
10218-1
OUTER SHEATH
26 Material FRLS PVC Type TM53 to BS EN 50290-2-22
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of Manufacture,
30 Marking on outer sheath
Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
32 Rodent and Termite attack protection Yes
33 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 250 Deg C to ASTM D 2863
35 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested as
36 Smoke Density
per ASTM D 2843.
ELECTRICAL PARAMENTERS
Max. Conductor resistance at 20 deg
37 12.30 Ohm/Km
C
Mutual capacitance @1 KHz between
38 250 pF/Mtr
adjacent core
Max. Capacitance between
39 400 pF/Mtr
any core & screen @ 1 KHz
40 L/R Ratio Better than 40 microH/ohm
41 Electrostatic noise rejection ratio over 76 dB
HV Test Core to Core & Core to
42 2.0 KV for 1 minute
Screen
Note:
1. Binder Tapes to be provided below and above individual and overall shield.
2. Cable weight and Conductor weight per meter shall be provided.
3. Rip cord to be provided below the inner sheath.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 337
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

FIBER OPTIC CABLE

SL NO DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT

1 Type of Fiber Single Mode

2 Specification IEC 60793-2-50, ITU G.652

3 Construction Multi-Fiber loose tube jelly filled

4 No. of fibers 6/ 12
5 No. of loose tube 1
Direct Burial (Underground)/ Inside HDPE
5 Laying
conduit/cable tray (Above Ground)
6 Strength member 2 Nos. of steel wires
7 Armour G.I./ Electrolytic chrome coated steel
Tough weather resistant made High Density
8 Overall sheath Polyethylene compound (HDPE) with anti-termite and
anti-rodent properties.
9 Attenuation at 1310 nm 0.38 dB/Km
0.25 dB/Km
10 Attenuation at 1550 nm

11 Fiber cutoff wavelength > 1150 < = 1320 nm


12 Polarization Mode Dispersal (PMD) ≤0.5 /√km

13 Microbending loss at 1550 nm ≤0.05

14 Proof stress level ≥ 0.7 Gpa

Note:
 Optical fibers shall be with buffer loose tube filled with Thixotropic Gel. Cable shall be rodent
and termite resistant and designed to protect the fibers from environmental hazards in direct
burial use.
 Internal test certificate for attenuation and length shall be available
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 338
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

EARTH CABLE

All the instruments, Junction Boxes, cable trays etc are to be earthed using minimum 1C x 6
Sq. mm FRLS Copper un-armoured cable (green colour).

CAT 6 ETHERNET CABLES

S.NO DESCRIPTION MINIMUM REQUIREMENT


Armoured CAT 6 cable
Pair-shielded 100 Ohm installation cable with overall
1 Type of Cable
braided screen, suitable for transmission frequencies
of up to 650 MHz, 4 x 2 x 0.56 mm.
4 pair STP cable 23 AWG Annealed bare stranded
2 Conductor
copper

3 Primary insulation Polyethylene insulation

Low-smoke in acc. with IEC 61034, flame-retardant in


acc. with IEC 60332-1 and halogen-free in acc. with IEC
4 Outer Sheath
60754-2. Cable jacket material LSZH Cable jacket
characteristics cable, metal-free
5 Armour over inner sheath Required
Screened to ensure protection against EMI and for
6 Shielding
cross talk compliance.
ISO/IEC 11801 2nd Ed., EN 50173-1 May 2007 (DIN EN
50173-1), DIN 44332-5, IEC 61156-5 2nd Ed., EN 50288
7 Application standard
x-1, 10GBase T in acc. with IEEE 802.3, tested and
certified by independent laboratory. TIA/EIA 568.B
Indoor / outdoor installation
8 Application Maximum permissible – 70 mtrs for one point to
another.

CABLE TRAYS WITH COVER

All the power, signal & Control cables laid above ground or under cable trench must be on laid
on anodized Aluminium perforated cable trays of minimum thickness of 2.5mm and edge
height of minimum 25mm. The cable within cable tray shall be clamped with Al clamp. GI wire
or nylon tie are not to be used. All cable trays to be covered with Anodised Aluminium Cable
tray cover of minimum thickness of 1.5 mm and edge height of 10 mm and the same to be
clamped at an interval of 1m.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 339
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

CABLE LAYING& CABLE SIZING CONSIDERATIONS

1.0 General
b. All Power, signal and Control field cables outside tank dyke wall shall be FRLS
armoured copper cables. .
c. All signal and control cables shall have core sizes minimum 1.5 sqmm and power
cables of minimum size 2.5 sqmm or as per actual load requirement whichever is
higher. In the event of limitation in cable gland sizes entry in batch controller, lower
sizes cables of min core size 0.75 sqmm or as per load requirement whichever is
higher can be used from batch controller to respective Loading point JB.
d. For power cables, incase the core size requirement for copper conductor is more
than 10 sqmm design Engineering, vendor can also offer Aluminum conductor cables
of suitable core size and ratings meeting the minimum technical specification.
e. Optical fibre cable along with OFC components (conversion kit) shall be considered
for
 Inter building LAN cabling if the distance between the two buildings i.e.From Control
room (CR) to Security room, CR to S&D building, CR to TM room & CR to lock room
(invoice generation room).
 CCTV communication network
 Communication of BCU with TAS
 Remote IO panel to TFAS PLC (if considered)
 Pipeline PLC interface with TFAS PLC (if required as per design Engineering)
 Any other interface as per design Engineering.
f. All Power, Signal & Communication cables from Control room to respective field
junction boxes shall have minimum 20 % spare cores.

12.04 Cable Laying:


a. All cables are to be laid above ground to the extent possible over cable trays with
cover. In case cables are required to be laid underground due to site constraint then
the same shall be laid in RCC cable trenches with cable trays fixed on the side wall of
the trenches as per drawing enclosed. At road crossing or over driveway, cables are
to be laid on overhead MS structure (Bridge). Cables inside tank dyke to be laid
beneath or by the side of the catwalk to the extent possible and wherever catwalk is
not available the same to be laid either across dyke wall/fire wall on cable tray or
inside HDPE pipes buried underground not less than 300mm deep in tank farm area
along with PCC after laying of the cables. In case overhead cable bridge are required
to be constructed at road crossing or on driveway, the drawing of the same to be
vetted by structural Engineer or from Govt Engineering College/ IIT/NIT prior to start
of fabrication work.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 340
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

b. Power and signal cables shall have to be laid in separate pipes or on separate cable
trays as the case may be, by adequate spacing of min. 300 mm. Bending radius of
armoured cables shall not be less than 12 times O.D. of cable. Necessary loops to be
provided at both ends. There shall be no joints in the cables.

c. HDPE pipes if used, it shall have dia of minimum 25 mm for single cable and 50 mm
for two cables. For more number of cables, suitable size of the pipe is to be
considered.
d. Supply of anodized Aluminium perforated type cable trays(2.5 mm Thick 25 mm
edge height) along with cable tray cover (1.5 mm Thick 10 mm edge height), fixing
at site by doing necessary welding on steel structure, laying of cable trays over the
pedestals, RCC trenches, overhead structures, making pedestal, RCC trenches,
overhead structure etc as per site requirement are included in the scope of work.
e. The perforated trays shall be properly supported at a regular interval of maximum
1000 mm from insert plates or steel structures. Wherever insert plates are not
available, supports on concrete structures on ceiling shall be fixed with minimum 10
mm diameter expansion bolts. Angle supports for perforated trays shall be
fabricated from 40mm x 40mm x 5mm MS angles minimum size. The cable within
cable tray shall be clamped with Al clamp. GI wire or nylon tie are not to be used. All
cable trays shall be covered along with clamp at every 1 m.
f. All cores of cable shall be identified at both ends by means of PVC ferrule. Ferrules
shall be of single sleeve type. Ferrule numbering shall be source destination type
(cross ferruling). Cable leads shall be terminated at both ends by crimped type
soldering.

g. Wherever the RCC trenches are required to be constructed by the vendor, the same
shall be of minimum depth of 750 mm from ground to the top of cables, minimum
600 mm width and minimum 250mm wall thickness with RCC cover of minimum
150mm thick. Bottom of the trench shall be PCC of minimum 100 mm thick or as per
IOCL standard design for RCC cable trenches.
h. Cable routing shall be planned to be away from heat sources, Hydrocarbon Vapour,
water, oil, drains piping air conditioning duct etc. Cables are identified close to their
termination point (Cable numbers are to be punched on aluminium straps of
minimum 2 mm thick and securely fastened to the cable, wrapped around it) and
also along the route at recommended intervals, by cable number tags.

i. As far as possible, each cable tray shall contain only one layer of cables and
minimum required vertical clearance between racks is maintained. All wall
openings/pipe sleeves are effectively sealed after installation of cables to avoid
seepage of water inside building/lined trench. MCT blocks to be provided at cable
entry points inside Control Room, Admin building, S&D block, security room and
invoice room. The cost of same to be included in cabling cost if not mentioned
separately in the BOQ.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 341
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

j. Where cables rise from trenches to Instruments, junction boxes, control station,
panels etc, these are to be taken through HDPE/ GI protection pipe sleeves, ends of
which should be sealed after cabling. Conduit ends are to be plugged with weather
proof sealing plastic compound. At road crossing and other places where cables
enter pipe sleeves, recommended bed of sand and bricks are to be provided so that
the cable do not slacken and get damaged at pipe ends. Metallic pipe ends if used
should be bell mouthed. A separate earth strip should run along each cable tray.
Equipment earthing is taken from the earth grid and not from the cable rack
earthing. Cables are clamped on trays using aluminium clamps at intervals not
exceeding 1 meter.

12.05 Cable Termination


a. Identification number tags of the cable for the equipment are to be provided
correctly at both ends of the cable. The tag size is not less than 2 mm thick and 20
mm wide and of enough length to contain all required details. Cable termination is
done with proper crimpling lug and use of antioxidant paste. Wherever lugs are
used for termination, size of lug matches with cable core and material of lug is
suitable for application. Proper mechanical protection shall be provided for the
cables.
b. The scope shall include:-

i. Supply laying and termination of 1C x 6 Sq. mm FRLS Copper un-armoured


cable (green colour)for earthing instruments and junction boxes to earth
bus bar. Earthing to be done as per OEM’s recommendation and preferably
double earthing to be provided.

ii. Supply, laying, jointing 50 x 6 mm GI flat from earth pit to Nearest junction
box

iii. Earth work, excavation for all kinds of soil as per cable trench cross section
drawing including shorting, shuttering, dewatering etc as per instruction of
engineer in charge (750 mm depth).

iv. Supply and laying of class B Bricks of size 9" X 4"X 3 " (Brick flat soiling
underneath PCC) in cable trenches as per specification and direction of site
incharge.

v. WBM Road, Dyke cutting, concrete breaking for cable trenches including
shoring , strutting etc, if required and repairing of the road, dyke to original
condition and disposing off excess materials within the work site as per
direction of site engineer. Breaking the existing RCC work and disposing off
the malba to an unobjectionable place as per the instruction of the site
engineer. Job shall be complete in all respect including the cost of all labour,
tools, materials, load lift hire charges of equipments if any.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 342
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

vi. Supply, erection and installation of cable trays alongwith structural support
in trenches already made, on walls, concrete structures etc including supply
and installation of all necessary pipe fittings such as bends, sockets, elbows,
tees etc. bending threading, binding etc as required for laying of cables in
road, station piping crossing and cable rising up to instruments as per
direction of site engineer including the cost of all materials, labour, tools etc
complete in all respects.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 343
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

EARTHING

1.0 General
c. All junction boxes, local cabinets, field mounted instruments shall be connected to
the nearby earth bus bar/earth pit through minimum 6 mm2 InsulatedFRLS
unarmoured flexible copper conductor.
d. All joints in the pipeline, valves and associated equipment shall be made electrically
continuous by bonding. The resistance value between each joint shall not exceed 1
ohm.
e. Earthing network shall be realized with earth electrodes and/or buried bare
conductors.
f. Two types of earthing system shall be envisaged –
 Main earthing system (ME)
 Electronic earthing system (EE)
g. In general the following rules shall apply for earthing
 The metallic housing of electronic equipment/junction box/panel shall be connected to
the main earthing system (ME).
 All armours of armoured cables shall be connected to the earth (ME) at both ends.
 The shield of the shielded cable shall be earthed with electronic earth at one end only i.e.
at control room end.
h. The main Earthing System (ME) and Electronic Earthing system shall be in separate
loop and shall form separate grid.
i. Respective earthpit forming earthing grid shall be done using minimum 50x6 mm2
GI strip. All branch earth conductors from each field unit shall be connected to
respective earthing grid. Double earthing is to be provided for all electrical actuators
and other instruments as per OEMs recommendations.

12.06 EARTH PITS


a. Separate earth pits shall be provided for system earth, IS earth, power earth, and
general body earth for instruments, equipments, junction box body etc. These earth
pits shall be separate and isolated from electrical earth pits. Individual Earth pits
resistance and grid resistance shall be as per standard codes and accordingly nos. of
earth pits/electrodes shall be considered. For system earth, redundant earth pits
shall be provided and to be connected to form ring loop. Earth pit (ME), earth
electrodes, Earthing connection etc shall be as per IS – 3043 standards with
electrode length of minimum 3m and dia 100 mm. Maintenance free earth
electrodes of minimum 3m length and 100 mm dia can also be used.

b. For Electronic earthing (EE), the earth electrode(s) shall be placed in a galvanized
steel pipe for a depth of 4m to shield the electrode from surface earth stray
currents, which may cause unwanted interference.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 344
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

12.07 Earth pit Resistance Value:


a. The resistance value of an earthing system to general mass of the earth should not
exceed.
 4 Ohms for electrical systems and metallic structures.
 1 Ohm for earth grid, bonding connections between joints in pipelines and associated
facilities.
 2 Ohms for each electrode to the general mass of the earth.

12.08 Earthing System


a. Grounding of Automation field equipment: All the Automation field equipments are
to be connected to earth bus bar using 1C x 6 Sq. mm FRLS Copper un-armoured
cable (green colour) and the bus bar must be connected to existing earthpit directly
if available within a distance of 20-30 m. In case earthpit is not available, separate
earthpit to be provided. Bus bar and earthpit wherever provided must be outside
tank dyke wall.
b. Grounding of Control room Automation equipment: Minimum two nos. of earth
pits (in grid) are to be provided for panel earthing, minimum 2 nos. of earth pits (in
grid) for signal earthing and 2 nos. earthpit (in grid) for Automation UPS neutral
earthing. Panels installed in any other buildings are to be grounded to the nearest
earthpit if available, or separate earthpit to be provided.
c. Surge Protection device between earthpit grids: All the earthing grid of Automation
system and all other earthing grids which have return path to the earthing system of
automation, are to be interconnected using lightening and surge protection devices
(SPD Type 1) as per specification mentioned in relevant section.

12.09 Earthing
a. Each panel, cabinet, console and other equipment in control room shall be provided
with an earthing lug. All these lugs shall be properly secured to the AC mains
earthing bus.
b. Redundant earth pits & bus shall be provided for the system earth. Both earth pits
shall be connected to form a ring. Suitable distance shall be maintained between
various earth pits (minimum 3 meters) as per guidelines of API RP550.
c. All circuit grounds of electronic instruments, shields and drain wires of signal cables
shall be connected to instrument ground bus which is electrically isolated from the
AC mains earthing bus. This bus shall be typically 25mm wide and 6 mm thick of
copper or 50 x 6 GI strip.
d. Earth-pit head must be covered properly, and clearly visible identification tags
indicating earth pit no., Earthpit resistance and date of testing etc as per direction of
site in-charge.
e. Periodic checks of each earth pit shall be carried out and maintenance record must
be kept.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 345
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

f. Minimum Permissible Sizes of the Earthing Conductors:


Size of the conductor shall be selected based on the fault current that is required to be
dissipated during emergencies.
Equipment Minimum Size of the conductor
Main Earthing Grid 50 mm x 6 mm GI strip
CCTV Pole Structure 50 mm x 6 mm GI strip
UPS Neutral 50 mm x 6 mm GI strip
UPS Body, panels, console etc 50 mm x 6 mm GI strip
Push Button Stations 1C x 6 sqmm unarmoured FRLS Copper cable /
No. 8 SWG Solid GI Wire
Small Equipment & Instruments 1C x 6 sqmm unarmoured FRLScopper cable /
No. 8 SWG Solid GI Wire
Bonding of Pipes 25 mm square copper strip / braided flexible
cable
Motors up to 3.7 Kw 1C x 6 sqmm unarmoured FRLScopper cable /
No. 8 SWG Solid GI Wire
Static Earth at Tanker / Wagon loading/ 50 mm x 6 mm GI strip.
Unloading gantry
Flexible cable for Static Earth 15 Sq mm Copper flexible cable with lugs at one
end and socket at other end.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 346
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

EXPLOSION PROOF JUNCTION BOX

SR
DESCRIPTION MINIMUM REQUIREMENT
NO
1 Body & Cover Cast Al. Alloy (LM-6) minimum 5 mm thick.
2 Gasket Neoprene rubber
3 Terminals Clip on type, block locked at both ends suitable for up to 2.5 mm 2
conductor.
4 Tag nameplate to be provided
5 Paint Anti corrosive epoxy paint, shade light gray
6 Protection Suitable for area classified as zone-I, IIA & IIB, T6 as per IS2148 IP – 65 or
class better as per IS – 2147
7 Other Explosion proof junction boxes shall have detachable cover, which is
fixed, to the box by means of cadmium plated hexagonal head screws.
Terminal shall be spring loaded, vibration proof, clip-on type, mounted
on nickel plated steel rails complete with end cover and clamps for each
row.
Sizing shall be done with due consideration for accessibility and
maintenance in accordance with the following guidelines
50 to 60 mm between terminals and sides of box parallel to terminals
strip for up to 50 terminals and additional 25 mm for each additional 25
terminals.
100 to 120 mm between terminals for up to 50 terminals and additional
25 mm for each additional 25 terminals.
All junction boxes shall be provided with external earthing lugs
All junction boxes shall be provided with 20% spare cable entries and
terminals. Each junction boxes shall have a minimum of 10% or 2 Nos.
whichever is higher, spare entries. All spare entries shall be with EXD
plugs.
All cable glands and plugs shall be of nickel-plated brass material. All the
cable glands shall be preferably NPT with PVC hoods unless otherwise
specified.
Double compression type cable glands shall be used for armoured cable.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 347
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TUBING

1.0 INSTRUMENT FITTINGS (Carbon steel Fittings)


g. Nomenclature of all fittings shall be as per ANSI B16.11
h. Fittings shall be socket-weld type forged pipe fittings of material cadmium plated
ASTM A 105. The minimum rating shall be class 300.

12.010 SS tube Compression Fittings


a. Nomenclature of all tube fittings shall be as per ISA 42.1
b. Fittings shall be flare less compression type and of three-piece construction with
ferrule, nut and body suitable for use on SS tube conforming to ASTM A 269 TP316,
haress not exceeding RB 80.
c. Haress of ferrules shall be in the range of RB 85-90 so as to ensure minimum haress
difference of 5 to 10 between tube & fittings for better sealing.
d. Threaded ends of fittings shall be NPT as per ANSI B1.20.1.

12.011 Instrument Valves


a. The impulse line isolation and drain valves shall be forged gate valves with inside
screwed bonnets.
b. For SS valves body and trim material shall be ASTM A182 Gr. F316.
c. For CS valves body material shall be ASTM A 105-gr. and trim material shall be ASTM
A182 Gr.F316.
d. Valve hand-wheel material shall be cadmium or nickel-plated steel.

12.012 Impulse pipes


a. Impulse pipe shall be either Sch. 40 seamless carbon steel pipes as per ASTM A 106
gr. B with socket weld fittings or shall be fully annealed, seamless and cold drawn
316SS tube as per ASTM A 269 with compression fittings. Tube wall thickness shall
be 0.065 unless otherwise specified.

12.013 Painting
a. This part of the specification is applicable to CS impulse pipes, instrument supports
and all other structural supports for cable trays, ducts, impulse tubes, airlines etc.

b. The surface to be painted shall be thoroughly cleaned with wire brush, sandpaper to
remove all scales. After cleaning, the surface is painted with one coat of red oxide
zinc chromate primer conforming to IS 1074 and allowed to dry completely.
c. Primer coated surface is painted with one coat of synthetic enamel paint to the color
nearest to the final paint and allowed to dry. The color number shall be from IS 5.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 348
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

d. Final second coating shall be with the paint of desired colors and shall be selected
from IS 5.
e. The name of manufacturer, color and quality of all types of primer paint shall be
subject to approval of IOCL.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 349
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

CANOPY AND SUNSHADE

1.0 Sunshades / Canopy shall be provided to all field mounted instruments like Tank side
indicator, Bay queue display board, LED display for TT registration and Bay no. display,
Hydrocarbon detectors, electronic equipments having display units (TT, PT, TSI) and any other
equipments which are directly exposed to sunlight and rain and requires protection as per
OEM’s recommendations. Canopy shall be designed such that shape allow rain run-off easily.
Large lateral surface shall be provided for protection from the sun rays, especially in case of
low sun rays angles.
f. Canopy / sunshade shall be of MS sheet with minimum 2 mm thick, welded on
angles and to be installed along with structural support of suitable strength. Top
cover to be provided with handle and hinge of stainless steel. The overall canopy
shall have aesthetic look. The canopy sheet along with structural support to be
painted after surface preparation by minimum 1 coat of red oxide zinc chromate
primer and 2 coats of paints. The colour of the paint shall be as per IS-5.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 350
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

RECOMMENDED VENDOR LIST


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 351
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

RECOMMENDED VENDOR/ OEM LIST

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

REMOTE OPEATED VALVES ( GATE/ PENTIER VALVES


GLOBE/ CHECK/ PLUG/BUTTERFLY) KOSO FLUID CONTROLS
FLOWSERVE INDIA CONTROL PVT. LTD
1 ROTEX MANUFACTURERS & ENGINEER PVT
LTD. (SHUT DOWN VALVE PDIL APPROVED
UPTO 6” 600#, 6” TO 10” 150#)
L&T VALVES
TYCO VALVES & CONTROL
MICROFINISH VALVE
WEIR BDK
VIRGO ENGINEERS LTD.
VELAN INC – CANADA
PERIN GmbH
G T C ITALIA S.R.L. ITALY
PETROL VALVE S R L ITALY
PIBIVIESSE SRL ITALY
METSO AUTOMATION - SINGAPORE
ORBIT VALVE PLC - SINGAPORE
CIRCOR FLOW TECHNOLOGIES
DRESSER VALVE INDIA PVT. LTD.
FLOWSERVE INDIA CONTROL PVT. LTD
INSTRUMENTATION LIMITED
2A CONTROL VALVE KOSO FLUID CONTROLS
MIL CONTROLS LIMITED
R K CONTROL INSTRUMENT PVT LTD
SAMSON CONTROLS PVT. LTD
SEVERN GLOCON (I) PVT. LTD.
EMERSON PROCESS MANAGEMENT
FISHER
DRESSER VALVE
2B SMART POSITIONER
METSO AUTOMATION
SIEMENS
ABB
3 SOLENOID VALVE ASCO INDIA LIMITED
ROTEX AUTOMATION LIMITED
NORGREN GMBH
HERION
ASCO JOUCOMATIC UK
ALEXANDER CONTROLS UK
ASEA BROWN BOVERI LTD.
4 AIR FILTER REGULATOR
DIVYA CONTROL ELEMENTS PVT. LTD
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 352
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

PLACKA INSTRUMENTS & CONTROLS PVT.


LTD.
SHAVO NORGREN (INDIA) PVT. LTD
EL-O-MATIC INDIA LTD.
OSNA ELECTRONICS PVT. LTD. (IS)
PEPPREL + FUCH
5 LIMIT SWITCH/PROXIMITY SWITCHES
ROTEX MANUFACTURER & ENGINEER PVT.
LTD.
HONEYWELL
6 MASS FLOW METER EMERSON PROCESS CONTROL -
MICROMOTION
ENDRESS+ HAUSER.
YOKOGAWA
KROHNE
ABB
SIEMENS
HEINRICH MESSTECHNIK, GmbH
7 STRAINER / STRAINER CUM AIR IDEX (LIQUID CONTROLS GROUP)
ELIMINATOR FMC TECHNOLOGIES (SMITH)
BRODIE INTERNATIONAL
FLASH POINT
CRYOGENIC LIQUIDE
BOPP & REUTHER
VERMOUNT TECHNOLOGIES
SATAM METERING SOLUTIONS
8 BULK AIR ELIMINATOR IDEX (LIQUID CONTROLS GROUP)
FMC TECHNOLOGIES (SMITH)
BRODIE INTERNATIONAL
FLASH POINT
BOPP & REUTHER
VERMOUNT TECHNOLOGIES
SATAM METERING SOLUTIONS
9 DIAPHRAGM TYPE DIGITAL CONTROL FMC TECHNOLOGIES (SMITH)
VALVE BERMAD
BRODIE
IDEX (LIQUID CONTROLS GROUP)
10 PISTON TYPE DIGITAL CONTROL VALVE DANIEL
BRODIE
POLIMAT
BERMAD
11 BOTTOM LOADING, VAPOUR RECOVERY OPW
ARM, API AND DRY BREAK COUPLER LIQUIP
ALFONS-HARR
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 353
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

EMCO WHEATON
WOODFIELD
FMC TECHNOLOGIES-FRANCE
SILEA-ITALY
FRANKLIN FUELING SYSTEM
12 BATCH CONTROLLER FMC TECHNOLOGIES
EMERSON PROCESS CONTROL (DANIEL)
TOPTECH (LIQUID CONTROLS GROUP)
HONEYWELL (ENRAF) - (excluding 1010
series model launched prior to Dec 2016)
SATAM METERING SOLUTIONS
MESS+FORDER TECHNIK GWINNER GmbH
13 CARD READER (PROXIMITY TYPE) & NEXWATCH
PROXIMITY CARDS EMERSON PROCESS CONTROL (DANIEL)
FMC TECHNOLOGIES - CHEMTROLS
HONEYWELL-ENRAF
MESS+FORDER TECHNIK GWINNER GmbH
14 TT PARKING ELECTRONIC DISPLAY BOARD TEAM POWER
MAGNETO DYNAMIC (P) LTD.
15 REMOTE INTERACTION TERMINAL & BALIGA
DRIVER ACK PUSH BUTTON STATION TELTECH
FEPL LTD.
FCG FLAMEPROOF CONTROL GEAR
CEAG
FLEXPRO
EX-PROTECTA
16 EARTHING RELAY (GROUNDING UNIT ) – SCULLY
RESITANCE CAPACITVE TYPE ANDERSON
OSNA ELECTRONICS PVT. LTD
EMERSON PROCESS CONTROL (DANIEL)
BALIGA,
GE (ADVANCED SYSTEK)
NEWSON-GALE
HONEYWELL-ENRAF
GROVENER
17 FLP POWER SOCKET WITH FLP 3 PIN TOP BALIGA
FEPL LTD.
FCG FLAMEPROOF CONTROL GEAR
CEAG
FLEXPRO
EX-PROTECTA
18 FLP JUNCTION BOXES, ENCLOUSERS, BALIGA
CABLE GLANDS, PLUGS, PUSHBUTTON FEPL LTD.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 354
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

STATIONS FCG FLAMEPROOF CONTROL GEAR


CEAG
FLEXPRO
EX-PROTECTA
19 VALVES ( GATE/ GLOBE/ CHECK/ LARSEN & TOUBRO
PLUG/BUTTERFLY) FISCHER XOMOX
FLOW CHEM INDUSTRIES
LEADER
KSB
AUDCO
BDK
STEEL STRONG
NITON
AQUA
NUTECH CONTROLS
20 VALVES (BALL/BUTTERFLY) LARSEN & TOUBRO
FISCHER XOMOX
FLOW CHEM INDUSTRIES
BDK
EMERSON (VIRGO)
MICRO FINISH
AQUA
MEVADA
NUTECH CONTROLS
21 NON RETURN VALVE, NEEDLE VALVES LARSEN & TOUBRO
FISCHER XOMAX
FLOW CHEM INDUSTRIES
DENCIL
LEADER
NUTECH CONTROLS
22 PRESSURE & THERMAL RELIEF VALVE SEBIM
KEYSTONE
TYCO SANMAR
PNEUCON VALVES
DARLING MEUSCO
MEKASTER
DENCIL
NIRMAL INDUSTRIES
FAINGER ENGINEERING
KINGSLEY
PLANET VALVES
PNUECON VALVES
NUTECH CONTROLS
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 355
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

23 PIPE JINDAL PIPES


INDIA SEAMLESS
MAHARASHTRA SEAMLESS
TATA STEEL.
24 STRAINER / GAS SEPARATOR / BULK AIR IDEX (LIQUID CONTROLS GROUP)
ELIMINATOR FMC TECHNOLOGIES (SMITH)
BRODIE INTERNATIONAL
FLASH POINT
CRYOGENIC LIQUIDE
BOPP & REUTHER
SATAM METERING SOLUTIONS
25 BARRIER GATE / BOOM BARRIER HEIDZ INDIA
AUTODOOR
METACHEM INDUSTRIES
MAGNETIC CONTROL
TECHNIKA
TANSA
MAGNETIC AUTO CONTROL
SIVANANDA ELECTRONICS
AUTOMATIC SYSTEMS
BOOM EDAM
CAME
DORSET KABA
FAAC
GUNNEBO
SAIMA.
GODREJ
26 DENSITY METER WITH TRANSMITTER, SOLATRON
DENSITY PROBE SARASOTA (PEEK)
BOPP & REUTHER
ANTON PAAR
ENDRESS + HAUSER
MICROMOTION
FMC TECHNOLOGIES (SMITH)
HEINRICH MESSTECHNIK, GmbH
LEMIS BALTIC
YOKOGAWA
27 PRESSURE/ TEMPERATURE INVENSIS (FOXBORO)
TRANSMITTER/DIFFERENTIAL PRESSURE EMERSON PROCESS CONTROL
TRANSMITTER (ROSEMOUNT)
ABB
YOKOGAWA
HONEYWELL
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 356
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

FUJI
ENDRESS + HAUSER
MOORE
28 RTD WITH THERMOWELL NAGMAN
GENERAL INSTRUMENTS CONSORTIUM
ALTOP
DETRIV INSTRUMENTATION
THERMOCOUPLE PRODUCT
CHEMTROL
ABB
E&H
ELECTRICAL & ELECTRONIC CORP.
ELEND ENGINEERING
TEMPSENS
UNICONTROLS INSTRUMENTS
PYRO ELECTRIC
29 DIFFERENTIAL PRESSURE GAUGE/ A.N. INSTRUMENTS
PRESSURE GAUGE GENERAL INSTRUMENTS
SWITZER INSTRUMENTS
HIRLEKAR PRECISION
H - GURU
WIKA
PRECISION (ASHCROFT)
MANOMETER (INDIA)
FORBES MARSHAL
BAUMER
30 ORIFICE PLATE & ACCESSORIES BALIGA
I.L. PALGHAT
MICRO PRECISION
GENERAL INSTRUMENT
EURECA INDUSTRIAL EQUIPMENT
UNICONTROLS INSTRUMENTS PVT. LTD.
31 PRESSURE SWITCH - FLP / WP INDFOS
SWITZER INSTRUMENTS LIMITED
FITZER
DANFOS
BOURDAN
32 RADAR WITH ACCESSORIES FOR CUSTODY EMERSON
TRANSFER USE & TFMS SOFTWARE HONEYWELL (ENRAF)
ENDRESS + HAUSER.
33 AOP DEVICE - LEVEL SWITCH - SIL2 EMERSON PROCESS CONTROL (MOBREY)
CERTIFIED (HFT 0) MAGNETROL
HYCONTROL
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 357
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

ENDRESS+HAUSER
VEGA
34 MULTIPOINT TEMP SENSOR, WATER EMERSON
INTERFACE PROBE HONEYWELL (ENRAF)
ENDRESS + HAUSER
35 ULTRASONIC LEVEL TRANSMITTER/GUIDE EMERSON PROCESS MANAGEMENT
WAVE LEVEL TRANSMITTER ENDRESS + HAUSER
KROHNE MARSHALL
MAGNETROL
VEGA CONTROL
36 GUIDED WAVE RADAR EMERSON
HONEYWELL - ENRAF
ENDRESS + HAUSER
VEGA
37 CONTROL PANELS & CONSOLES RITTAL
ENCLOTEK
LOTUS
PYROTECH
HOFFMAN
SCHNEIDER ELECTRIC
EVANS
38 PROCESS PLC SIEMENS
GE
SCHNEIDER ELECTRIC (MODICON)
HONEYWELL
MITSUBISHI
ROCKWELL AUTOMATION - ALLEN
BRADLEY
INVENSYS
ABB
YOKOGAWA
RTP
HONEYWELL
INVENSYS
ABB
39 DISTRIBUTED CONTROL SYSTEM (DCS)
YOKOGAWA
EMERSON
GE
40 SIL3 SAFETY PLC ROCKWELL AUTOMATION
HONEYWELL
YOKOGAWA
HIMA
INVENSYS - TRICONEX
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 358
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

EMERSON - DELTA V SIS


SIEMENS
SCHNEIDER ELECTRIC
GE
ABB
RTP
41 SIL-2 HYDROCARBON IR DETECTOR, GENERAL MONITOR
TRANSMITTER AND SYSTEM CROWCON
DRAGER
OLDHAM
AUSTECH
E2V TECHNOLOGIES
MONICON
HONEYWELL
ZELVEGER
ENGLISH ELECTRICAL
SENSITRON
DETERONICS
CETECTION INSTRUMENTS (UK)
NET SAFETY - EMERSON
MSA
42 Exd / FLP MOV ACTUATOR & MASTER ROTORK
CONTROL STATION LIMITORQUE
AUMA
EIM CONTROLS
BIFFI – ITALY
43 COMPUTER WORKSTATION WITH HP
MONITOR COMPAQ
IBM
DELL
LENOVO
44 SERVER WITH MONITOR(For TFAS-MS, HP
TFMS, CCTV and ACS) COMPAQ
IBM
DELL
STRATUS
NEC
45 REDUNDANCY SOFTWARE FOR NON FT STRATUS
TAS-MS SERVER NEC
SYMANTEC
VMware
DOT MATRIX PRINTER/ LINE WIPRO
MATRIX/RECEIPT PRINTER EPSON
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 359
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

TVSE
PANASONIC.
46 LAYER 2 GIGABIT ETHERNET SWITCH HP
CISCO
MOXA
DELL
PROCURVE
NORTEL
GEOEQUIPP
ALLIED TELESYS
47 TERMINAL SERVERS EMULEX
STALLION
FOXBORO
HIRSCHMANN
MOXA
SAN TELEQUIP
SYSTEK (AUS)
MESS+FORDER TECHNIK GWINNER GmbH
48 PRINT SERVERS HP
INTEL
IBM
AXIS
D-LINK.
49 LASER PRINTER/ IMPACT PRINTER HP
EPSON
CANON
SAMSUNG
50 CABLE- SIGNAL & CONTROL ASSOCIATED CABLE
ASSOCIATED FLEXIBLES AND WIRE
DELTON
UNIVERSAL
CORDS CABLES
RELIANCE ENGG
NICCO
BROOKS
THERMOCABLES
KEI
BELDEN
RADIANT
LAPP
UDEY PYRO CABLES
T C COMMUNICATIONS PVT LTD
(TECHNOCAB CABLES)
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 360
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

51 CABLE- POWER & EARTH CCI


FORT GLOSTER
DELTON
CORDS CABLES
THERMOCABLE
ASSOCIATED CABLE
ASSOCIATED FLEXIBLES AND WIRE
UNIVERSAL
NICCO
KEI
BELDEN
RADIANT
LAPP
UDEY PYRO CABLES
T C COMMUNICATIONS PVT LTD
(TECHNOCAB CABLES)
POLYCAB
52 CABLE TRAY & TRAY COVERS GRAM ENGG.
HOPES METAL
INDIANA
GLOBE ELECTRICALS
MM ENGG.
CALCUTTA MANUFACTURERS (KOLKATA)
ELCON CABLE TRAYS PVT. LTD.
RUKMANI ELECTRICALS
53 MULTI CABLE TRANSIT INLET SYSTEM NEW MERCHANTILE IMPLEX
LYCAB
HAWKE
BRATTBERG
ROXTEC
DELSEAL-KUKDONG
54 POWER ISOLATOR SWITCH, FUSE UNIT SIEMENS
LARSEN & TOUBRO
GE POWER CONTROLS
KAYCEE
SCHNEIDER ELECTRIC
55 SIGNAL ISOLATOR/ BARRIERS MTL
R.STAHL
P&F
OSNA ELECTRONICS PVT. LTD.
PHOENIX CONTACT
56 RELAYS OMRON
OEN
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 361
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

ALLEN BRADLEY
PARAMOUNT
IZUME DENKI
PHOENIX CONTACT
SIEMENS
LARSEN & TOUBRO
GE
BCH
ALSTOM INDIA LTD (EE)
57 MCB, ELCB & MCCB MDS
INDOKUPP
SIEMENS
GE POWER CONTROL
SCHNEIDER ELECTRIC
ABB
L&T
58 AMMETER & VOLMETER AE
IMP
MECO
RISHABH
59 TERMINAL BLOCKS ELMEX
CONNECTWELL
C&S
PHONIX
WAGO
WEIDMULLAR
60 PROTECTIVE RELAYS ALSTOM INDIA LTD (EE)
ABB
61 LAMP CLUSTER /(PUSH BUTTON) SIEMENS
LARSEN & TOUBRO
BCH
62 CONTROL & SELECTOR SWITCHES SIEMENS
LARSEN & TOUBRO
GE POWER CONTROLS
KAYCEE
SCHNEIDER ELECTRIC
63 AC POWER CONTACTOR SIEMENS
LARSEN & TOUBRO
GE POWER CONTROLS
KAYCEE
SCHNEIDER ELECTRIC
CONTROLS & SWITCHGEAR.
64 THERMAL OVERLOAD RELAYS SIEMENS
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 362
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

LARSEN & TOUBRO


GE POWER CONTROL
ABB
SCHNEIDER ELECTRIC
CONTROLS & SWITCHGEAR.
65 AUXILIARY CONTACTORS, ELECTRICAL SIEMENS
RELAYS LARSEN & TOUBRO
GE POWER CONTROLS
BCH
ALSTOM INDIA LTD (EE).
66 UPS EMERSON NETWORK (VERTIV ENERGY
PRIVATE LIMITED )
HITACHI HI-REL
SCHNEIDER
67 BATTERY - VRLA / Ni-Cd SMF AMARRAJA
GLOBAL YUASA
ROCKET
HBL NIFE
EXIDE
EMCO
PANASONIC.
68 COMPRESSION FITTING EXCELISOR
RELIANCE ENGG.
EXCEL HYDRO PNEUMATIC.
69 SS TUBE KALINDI BRIGHT STEEL & TUBE
CHOKES TUBES
RATNAMANI
70 ROTAMETER EUREKA
PLACKA
FITZER
IEPL
YOKOGAWA
71 ALARM ANNUNCIATOR IIC
PROCON
MINILEC
APLAB
ICA
IDEC
KIDDE.
72 FIBRE OPTIC CABLE LUCENT – AT & T
FINOLEX
D-LINK
HCLCOMNET (COMMSCOPE)
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 363
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SR NO. EQUIPMENT/INSTRUMENT RECOMMENDED VENDOR/ OEM

SIEMENS
OPTEL
ABB
R&M
PANDUIT
SEIMON
TORRENT
CORNING
TYCO
AMP
73 CAT 6 CABLE R&M
TYCO
MOLEX
AMP
DIGILINK
STSTIMAX
74 RFID TAGS & RFID READER SIEMENS
MOTOROLA
75 AIR COMPRESSOR + DRYER UNIT ATLAS CAPCO
CHICAGO PNEUMATICA
KAISER
INGERSOLL RAND
76 LEVEL SWITCH (DISPLACER TYPE) / LEVEL NIVO CONTROL
GAUGE (MAGNETIC FLOAT TYPE – BI- SB ELECTROMECHANICALS
COLOR FLAPPER) WITH LEVEL CHEMTROLS
TRANSMITTER LEVCON
TOKIOKEISO
EMERSON
V AUTOMAT
BLISS ANAND
MAGNETROL
FITZER
PUNE TECHTROL PVT LTD (EXCLUDING
LEVEL TRANSMITTER)
77 DATA ENTRY TERMINAL MERCURY HMI (UK)
R STHAL
MTL
BARTEC
MOTOROLA
78 Rodent Repellant System MASER
R S CAT

Note:
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 364
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.0 All the Exproof /Intrinsic items located in hazardous area shall have CMRS/CPRI/ERTL, BIS and
CCE no. and certification.

12.014 In case of imported items the Exproof /Intrinsic certification from following agency
shall be provided. i.e. ATEXFM / BASEEFA / PTB/ KEMA/ TUV etc. CCOE certificate is
mandatory for both Indian and imported item. Also CE mark shall be available and complying
all EMC directives for imported item.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 365
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

REPORTING & CO-ORDINATION


CONTRACTOR shall submit the following reports on regular basis for IOCL / EPMC’s information /
review.

1.0 MONTHLY PROGRESS REPORT


The report shall be submitted on monthly basis within 5 calendar days from cut-off date
covering overall scenario of the project.

12.015 WEEKLY PROGRESS REPORT – OVERALL


This report shall be prepared by CONTRACTOR and issued on weekly basis to EPMC / IOCL at
site. The report shall include the following as a minimum.
 Executive Summary
 Project highlights with dates of achievements
 Project exception (work programmed but not achieved with reasons for Non
achievement) and work programmed for next week
 Critical areas
 Actions taken / to be taken for slippages
 Progress statistics
This shall cover both for CONTRACTOR’s Home/Design office activities and construction
activities at site.

12.016 WEEKLY PROGRESS REPORT-CONSTRUCTION


This report shall be prepared by CONTRACTOR and submitted on weekly basis within 1
Calendar day from cut-off date. The report shall cover following items, as a minimum.
 Progress statistics
 Work item wise quantity completed against programme for the week including
reasons for shortfall.
 Programme for next week
 Work Front available
 Constraints, if any
 Resources deployed against planned with reasons for shortfall in resource deployed
 List of equipment/materials received at site during the week

12.017 EXPEDITING REPORT


Contractor shall submit fortnightly expediting report based on his representative’s visit to
vendor’s work for orders where delivery of materials is critical to project completion. A list of
such critical items/vendors shall be specified by OWNER/PMC during the kick-off meeting or at
a later date.

In addition to the above, OWENR/PMC may request expediting report based on visit of
CONTRACTOR’s representative in case of orders which were though not critical at the time of
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 366
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

order placement however become subsequently critical during project execution due to any
reason.

12.018 HINDRANCE REGISTER:


For any hinderance in front availability, Register to be prepared and signed jointly by IOCL site
in charge and vendor on monthly basis. Even if there is no hinderance, register has to be
jointly signed on monthly basis.
Note: All activities as detailed in the tender will be undertaken by successful bidder at no additional
cost irrespective of the fact whether it is part of Schedule of Rates or not. All bidders to quote
accordingly.

IOCL reserves its right to reject equipment of any specific OEM based on past experience and it will
be obligatory on part of bidder to comply with IOCL recommendation for successful and efficient
completion of the project. Rejection of any OEM’s equipment will not entail automation vendor for
time extension in project completion.

Successful bidder must keep IOCL informed of the OEMs from whom equipments are proposed to be
procured before they place Purchase Order.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 367
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

LIST OF DATASHEETS AND DRAWINGS

Sr. No. Document Description No. Of Pages


1 PLOT PLAN 1
2 P & I DRAWING 1
SINGLE LINE DIAGRAM FOR ROV FOR LOADING/ UNLOADING
3 1
BAY
4 SYSTEM ARCHITETURE FOR TFAS 1
5 EXISTING TAS SYSTEM ARCHITECTURE 1
6 EXISTING TAS PLC ARCHITECTURE FOR INTEGRATION 1
7 EXISTING SCADA PLC FOR REPLACEMENT 1
8 I/O LIST FOR SAFETY & PROCESS PLC 1
9 DATASHEETS 1-18
9.1 REMOTE OPERATED VALVES 1-5
9.2 REOMTE OPERATED VALVES FOR PUMP SUCTION 1
9.3 AIR FILTER REGULSTORS 1
9.4 FLOW CONTROL VAVLE 2
9.5 PRESSURE TRANSMITTER 1-2
9.6 DIFFERNTIAL PRESSURE TRANSMITTER 1
9.7 RESISTANCE TEMPERATURE DETECTOR (RTD) 1
9.8 TEMPERATURE TRANSIMITTER 1
9.9 SOLENOID VALVES 1-2
9.10 LIMIT SWITCH 1-2
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 368
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

SCHEDULE OF RATES (DO NOT QUOTE HERE)


ITEM DESCRIPTION OF ITEM UNIT QTY UNIT RATE AMOUNT
(INR) (INR)

1 SECTION-1 (SUPPLY, INSTALLATION & COMMISSIONING WORKS)


A PART-A : SUPPLY ITEMS
1.1 CONTROL ROOM AUTOMATION
Supply of redundant of TFAS Management Server (Rack Mounted) along
with High availability redundancy software working on redundant
(Primary and Secondary) hot standby mode , 19" rack mounted industrial
grade monitor, keyboard drawer, optical mouse and combo 4 port KVM
switch, OS, Antivirus, SQL, oracle, RDBMS (license copy) etc complete as
per specifications and Tender Document.
OR
Supply of Dual Mode Redundant Grade with built in redundancy TFAS
Management Server (Rack mounted) along with 19" rack mounted
industrial monitor keyboard drawer, optical mouse and combo 4 port
KVM switch, OS, Antivirus, SQL, oracle, RDBMS (license copy) etc
1.1.1 LOT 1 450000.00 450000.00
complete as per specifications and Tender Document.
TFAS Management Servers (TAS-MS) shall have either of the above
mentioned configuration meeting the complete specification and tender
requirements.

In addition, the TAS-MS shall be configured to have Zero Downtime to


repair, Full data redundancy shall be provided using proven technology ,
it shall also provide port level redundancy. The system solution shall be
capable of self fault detection and isolation, all necessary
hardware/software configuration etc to achieve the same shall be
included.
Supply of 24 ports Layer 2 Managed Ethernet Switches (10/100/1000
MBPS) along with SFP, copper, fibre modules, accessories for connecting
equipment installed in Control LAN like TFAS- MS Servers, new OICs,
existing OIC, existing PLC, new process PLC, , new Safety PLC, inter
connecting building work stations etc as per system architecture and
1.1.2 design requirement complete as per specification and tender document. LOT 1 120000.00 120000.00
Note:
1. The switches are to be configured in Dual Redundant mode.
2. OFC ports to be provided for connecting interbuilding LANs, and any
other equipment which are to be connected to above switch and the
communication is through OFC cable.
Supply of Dual redundant (Parallel/ Hot Standby) Programmable Logic
[Number of(Process
Controller Port shall be along
PLC) as perwith
site Requirement with 20% spare
PLC Panels, Marshalling ports]
Panels, Input
Output modules, Power supply units, Relays with base, barriers, TBs, Dual
Ethernet ports per processors, Serial Interface Modules, HMI console,
1.1.3 LOT 1 3500000.00 3500000.00
wirings, glands, plugs, other modules/ hardwares required for interfacing
all the required field and control room equipments including spare
requirements, licenses, tags, GUI, softwares etc complete as per
specification and tender document.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 369
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Supply of SIL 3 TUV/ EXIDA certified Safety PLC for interlock and
shutdown along with Panels, Marshalling Panels, Dual redundant Input
Output modules, Power supply units, Relays with base, barriers, TBs, Dual
Ethernet ports per processor, Serial Interface Modules, HMI console,
1.1.4 LOT 1 9000000.00 9000000.00
wirings, glands, plugs, other modules/ hardwares required for interfacing
all the required field and control room equipments including spare
requirements, licenses, tags, GUI, licensed OPC compliant software etc
complete as per specification and tender document.
Supply of Operator Interface Console Computer (OIC) minimum 23"
colour LED monitor, standard keyboard, mouse, software, SCADA, GUI,
1.1.5 OS, Antivirus, MS office professional etc. complete as per specifications EA 2 75000.00 150000.00
and tender document.

Supply of Complete Tank Farm Automation Software (TFAS) along with


required licenses, dongle/keys, GUI, SCADA etc meeting the complete
functional and technical requirements of the tender document.
Vendor to provide required software, licenses, dongle/keys, GUI, SCADA
etc for TFAS Management Server, Process PLC, Operator work stations
(new), Operator Work Station(existing - 4 Nos.) , Engineering Work
Stations(for safety PLC & Process PLC), Web Server, any other devices
connected to Control & Plant Network of the integrated iSAP complete as
per specification and tender document.
TFAS software shall be interfaced with following but not limited to major
sub-systems / equipments along with GUI development for monitoring,
logging, reporting, controls & interlocks etc as per specification and
tender document.
- Safety PLC
- TFAS- Management Server
- Valve Automation System (ROVs etc)
- Tank Farm Management System ( TFMS Server, Primary radar gauging &
Secondary level Gauging, HLA Switch, Level transmitters, Level Switch,
1.1.6 pressure transmitter, temperature transmitter, CIU etc) LOT 1 989750.00 989750.00
- GAIL Pipeline PLC Interface, MFM- PLC interface
- MCC, Pump, Borewell, Fire engine, DG Sets, Air compressors, Vapour
Compressor
- Gas Monitoring system Interface
-FAS Interface, Fire Fighting System, Fire Alarm System Interface, Fire
Engines, DG Set, Jockey pumps, Sprinkler system etc
- Solar panel
- electrical load monitoring system
- Hot Air sealing Unit
- ESD System, Emergency panel, Power ESD, Wailing sirens
- UPS & Power distribution boards etc
- Interface with IOCL SAP through firewall
- Any other Third Party Interface/ devices as per scope of the work order
etc

Note: The offered software shall also includes fault detection module and
Web Server software for remote viewing over IOCL Intranet across India
as detailed in the tender document.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 370
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Supply of Hardware for Integration of existing TAS GE RXI PLC through


TCP/IP with SCADA system for GUI. Operation, logic, interlock Alarms &
1.1.7 events logging, reporting, trending and archiving. The scope includes LOT 1 100000.00 100000.00
mapping all I/O from Existing PLC for Bullet tank Mode operation,
Pumping Operation, Compressor operation etc. PLC I/O list enclosed.,
Supply of 42 U Rack Enclosure cabinet/System cabinet with 19" rack size,
along with accessories like Biometric fingerprint cum contactless smart
card reader with locking arrangement, limit switches, earthing
arrangements, breaker, fuses, terminal blocks and wiring, power supply
socket ,MCB, Fan, Fan Failure Module etc complete as per specification
1.1.8 and tender document for mounting of TFAS Management Server, LS 1 125950.00 125950.00
Ethernet Switch along with associated rack mounted monitors,
keyboards, mouse, 4 port industrial grade KVM switches, power adapters,
networking & OFC components, , Ethernet switch etc as per specification
and tender document
(Location: Control Room Building)
Supply of Hard Wired Panel (HWP) with push button and indication lamps
for remote manual operation of 30 Nos. ROV from S&D room and Alarm
1.1.9 Annunciator Panel (AAP) (48 windows) for annunciation for ROV fail to LOT 1 270000.00 270000.00
Close, Bullet High Level Switch HH, ESD status etc
Supply of 230V, 1-ph,2-wire- 2X 20 KVA Parallel redundant, Transistorized
UPS system with bypass supply along with suitable rating of 12V SMF
1.1.10 batteries for half hour backup, battery stands, Weatherproof double EA 1 2100000.00 2100000.00
compression Ni plated brass cable glands and cable lugs for all incoming
and outgoing cables etc and as per specification.
Supply of 230V, 1-ph,2-wire- 250A, Cu-Busbar,UPS distribution board
(ACDB) as per attached specification and single line diagram along with
1.1.11 EA 1 190000.00 190000.00
Weather proof double compression Ni plated brass cable glands and
cable lugs for all incoming and outgoing cables.
Supply of UPS Power Distribution Panel for powering PLC Panel, ESD
System Panel, server, OIC stations, local control panels, ROV, POV and
other field equipments where UPS power are required for smooth un-
interrupted operation as per OEMs recommendation. Miscellaneous
Instrumentation comprising of suitable MCCBs for Isolation etc to be
1.1.12 EA 1 614250.00 614250.00
provided. The panel shall be complete in all respects with necessary
indication lamps for powering, necessary control wiring voltmeter,
ammeter etc & as per specifications and tender document.
Note: Minimum 20% spare power points to be made available for future
use.
Supply of Auto fire clocks at entrance gates (Gate no.1 and Gate no.2);
these clocks shall have integration with ILSD/ESD to display affected area.
1.1.13 EA 2 250000.00 500000.00
Price shall also include all accessories required, mounted accessories,
supports etc.
1.20 STORAGE VESSEL AREA - BULLET
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 371
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Supply of On-off ball valve, 300# RF, ASTM A 216 WCB , Wetted parts:
SS316, Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd.
1.2.1 Limit switch h, 1 no. Air Filter Regulator with Manual Ride, pneumatic
actuator as per datasheet

1.2.1.1 150 MM EA 12 327211.00 3926532.00


1.2.1.2 100 MM EA 13 199433.00 2592629.00
Supply of On-off Gate valve, 300# RF, ASTM A 216 WCB , Wetted parts:
SS316, Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd.
1.2.2 Limit Switch, 1 no. Air filter regulator with Manual Ride, pneumatic
actuator as per datasheet
1.2.2.1 150 MM EA 6 327211.00 1963266.00
1.30 STORAGE VESSEL AREA - SPHERE
Supply of On-off ball valve, 300# RF, ASTM A 216 WCB , Wetted parts:
SS316, Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd.
1.3.1 Limit Switch, 1 no. Air filter regulator with Manual Ride, pneumatic
actuator as per datasheet

1.3.1.1 200 MM EA 2 414571.00 829142.00


1.3.1.2 150 MM EA 2 327211.00 654422.00
Supply of On-off Gate valve, 300# RF, ASTM A 216 WCB , Wetted parts:
SS316, Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd.
1.3.2 Limit Switch, 1 no. Air filter regulator with Manual Ride, pneumatic
actuator as per datasheet
1.3.2.1 200 MM EA 1 511192.00 511192.00
1.40 LPG PUMP HOUSE AND PUMP HOUSE MANIFOLD
Supply of On-off ball valve, 300# RF, ASTM A 216 WCB , Wetted parts:
SS316, Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd.
1.4.1 Limit switch, 1 no. Air Filter Regulator with Manual Ride, pneumatic
actuator as per datasheet
1.4.1.1 200 MM EA 4 414571.00 1658284.00
1.4.1.2 150 MM EA 3 327211.00 981633.00
1.4.1.3 100 MM EA 34 199433.00 6780722.00
1.4.1.4 80 MM EA 12 149287.00 1791444.00
Supply of On-off Globe valve, 300# RF, ASTM A 216 WCB , Wetted parts:
1.4.2 SS316, Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd.
Limit Switch, 1 no. Air filter regulator with Manual Ride, pneumatic
actuator
200 MM as per datasheet
1.4.2.1 EA 4 511192.00 2044768.00
1.4.3 Pressure Transmitter for cooling water line
Supply of flameproof cum weather proof to IP 65 smart pressure
transmitter with in built display, SS manifold, isolation valve,
1.4.3.1 canopy/sunshade, other erection material etc complete as per EA 2 42471.00 84942.00
specifications and Tender Document.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 372
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.4.4 Temperature Element- RTD for cooling water line


Supply of Flameproof cum weather proof to IP 65,Temperature Element -
RTD, 6 mm, 3 wire Platinum Resistance, Duplex type, Screwed Cap with
1.4.4.1 EA 2 13513.50 27027.00
O-Ring seal, Spring loaded Terminal Block, Die cast Aluminium, as per
datasheet
1.4.5 Temperature Transmitter for cooling water line
Supply of Flameproof cum weather proof to IP 65, Temperature
Transmitter with calibration range 0~ 100°C, Smart, freely Configurable,
1.4.5.1 Universal inputs accept; Automatic internal CJC, self diagnostics, as per EA 2 35100.00 70200.00
datasheet
1.4.6 Level Switch for cooling water tank
Supply of Flameproof cum weather proof to IP 68, Level switch (
1.4.6.1 Magnetic Float / displacer type ) for low and high level alarm along with EA 1 85000.00 85000.00
mounting accessories etc as per specifications

1.4.7 Differential Pressure Transmitter


1.4.7.1 Supply of flameproof cum weather proof to IP 65, Smart Differential EA 3 52650.00 157950.00
1.4.8 pressure
HARDWIRED transmitter
INDICATION with
CUMinALARM
built ANNUNICATIOR
display, SS 3 PANEL
way manifold,
canopy/sunshade, other erection material for existing LPG Pump Strainer
Supply of Flameproof cum weather proof to IP 65 Indication cum
as per specifications and Tender Document.
annunciator panel suitable for zone-1, IIA/B hazardous area for VESSEL
MODE, VESSEL ALARM, PUMP AND COMPRESSOR STATUS at LPG pump
1.4.8.1 house, Filling Shed and TLD/TLF. Panel shall be pedestal mounted. An EA 1 326100.00 326100.00
intrinsically safe/flame proof beacon & sounder shall be provided for this
panel.

1.50 GAIL /TLD RECEIPT LINE HEADER NEAR TLD


Supply of On-off ball valve, 300# RF, ASTM A 216 WCB , Wetted parts:
SS316, Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd.
1.5.1 Limit Switch, 1 no. Air filter regulator , 1 Air Filter Regulator with Manual
Ride, pneumatic actuator as per datasheet

1.5.1.1 150 MM EA 4 327211.00 1308844.00


1.5.1.2 100 MM EA 1 199433.00 199433.00
1.5.1.3 80 MM EA 2 149287.00 298574.00
Supply of On-off Globe valve, 300# RF, ASTM A 216 WCB , Wetted parts:
SS316, Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd.
1.5.2 Limit Switch, 1 no. Air filter regulator with Manual Ride, pneumatic
actuator as per datasheet
1.5.2.1 200 MM EA 2 511192.00 1022384.00
Supply of flameproof cum weather proof to IP 65 solenoid valve (24V AC),
1.5.3 with SS 316 body, 1/2" NPT connection, 2 Nos. Flameproof Limit Switch, 1 EA 14 21000.00 294000.00
Air Filter regulator for existing ROV as per specification.
1.60 TANKER LOADING AND UNLOADING SHED (TLD)
1.6.1 Supply of On-off ball valve, 300# RF, ASTM A 216 WCB , Wetted parts:
1.6.1.1 SS316,
50 MM Metal seated, Fire safe, hand wheel, 1 No. Exd. SOV, 2 nos. Exd. EA 68 113560.00 7722080.00
Limit Switch, 1 no. Air filter regulator with Manual Ride, pneumatic
actuator as per datasheet
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 373
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

PRESSURE CONTROLLER FOR BULK TANKER LOADING RETURN LINE AT


1.6.2 TLD

1.6.2.1 Supply of flameproof cum weather proof to IP 65 smart pressure EA 1 42471.00 42471.00
transmitter
Supply withtypein pressure
of globe built display, SS manifold,
control valve , 3" 300# RF isolation valve,
along with all
canopy/sunshade,
accessories like Exd. other erection
E/P smart material
positioner, etc limit
AFR, Exd. complete
switches,as A216
per
1.6.2.2 EA 1 250000.00 250000.00
specifications
WCB and Tender
body material, WettedDocument.
parts: SS316, as per datasheet

1.6.3 HARDWIRED INDICATION CUM ALARM ANNUNICATIOR PANEL


Supply of Flameproof cum weather proof to IP 65 Indication cum
annunciator panel suitable for zone-1, IIA/B hazardous area for VESSEL
MODE, VESSEL ALARM, PUMP AND COMPRESSOR STATUS at LPG pump
1.6.3.1 house, Filling Shed and TLD/TLF. Panel shall be pedestal mounted. An EA 1 326100.00 326100.00
intrinsically safe/flame proof beacon & sounder shall be provided for this
panel.

1.70 FILLING SHED AREA


1.7.1 FLOW CONTROLLER FOR CAROUSAL LINE
Supply of flow orifice assemble, 6" 300# RF, sch. 40, SS 316 orifice plate,
1.7.1.1 Nos. 1 20000.00 20000.00
A-105 flange material as per specification
Supply of flameproof cum weather proof to IP 65, Smart Differential
pressure transmitter with in built display, SS 3 way manifold,
1.7.1.2 canopy/sunshade, other erection material for flow measurement as per EA 1 52650.00 52650.00
specifications and Tender Document.
Supply of globe type flow control valve , 6" 300# RF along with all
1.7.1.3 accessories like Exd. E/P smart positioner, AFR, Exd. limit switches, A216 NO. 1 515673.00 515673.00
WCB body material, Wetted parts: SS316, as per datasheet
Supply of globe type flow control valve , 3" 300# RF along with all
accessories like Exd. E/P smart positioner, AFR, Exd. limit switches, A216
1.7.1.4 NO. 1 250000.00 250000.00
WCB body material, Wetted parts: SS316, as per datasheet

1.7.2 DIFFERENTIAL PRESSURE TRANSMITTER


Supply of flameproof cum weather proof to IP 65, Smart Differential
pressure transmitter with in built display, SS 3 way manifold,
1.7.2.1 canopy/sunshade, other erection material for existing Carousal Line NO. 1 52650.00 52650.00
strainer as per specifications and Tender Document.

1.7.3 HARDWIRED INDICATION CUM ALARM ANNUNICATIOR PANEL


Supply of Flameproof cum weather proof Indication cum annunciator
panel suitable for zone-1, IIA/B hazardous area for VESSEL MODE, VESSEL
1.7.3.1 ALARM, PUMP AND COMPRESSOR STATUS at LPG pump house, Filling EA 1 326100.00 326100.00
Shed and TLD/TLF. Panel shall be pedestal mounted. An intrinsically
safe/flame proof beacon & sounder shall be provided for this panel.
1.7.4 Level Transmitter for evacuation vessel
Supply of flameproof cum weather proof to IP 65 or better level
1.7.4.1 transmitter along with mounting accessories, complete as per EA 2 50000.00 100000.00
specification and tender document

1.7.5 Pressure Transmitter for evacuation vessel and compressor


TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 374
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Supply of flameproof cum weather proof to IP 65 smart pressure


transmitter with in built display, SS manifold, isolation valve,
1.7.5.1 canopy/sunshade, other erection material etc complete as per EA 4 42471.00 169884.00
specifications and Tender Document.
1.7.6 Temperature Element- RTD for evacuation compressor
Supply of Flameproof cum weather proof Temperature Element - RTD, 6
1.7.6.1 mm, 3 wire Platinum Resistance, Duplex type, Screwed Cap with O-Ring EA 2 13513.50 27027.00
seal, Spring loaded Terminal Block, Die cast Aluminium, as per datasheet
1.7.7 Temperature Transmitter for evacuation compressor
Supply of Flameproof cum weather proof to IP 65 Temperature
Transmitter with calibration range 0~ 100°C, Smart, freely Configurable,
1.7.7.1 Universal inputs accept; Automatic internal CJC, self diagnostics, as per EA 2 35100.00 70200.00
datasheet
ALL ERECTION MATERIALS with all required accessories , all required
components Specifications and Documents/ Drawings including
1.8 Documentation, Testing, Inspection, packing, transportation to site,
guarantee etc.

1.8.1 Junction box with all accessories & spare as per datasheet - INST

1.8.1.1 Supply of Signal Junction Box (BLUE) : Flame proof /ex-proof, Die cast AL
LM6 body, 12 inlet+2 outlet as per specification suitable for hazardous
area of zone 1, group IIA/IIB, T3 ,having PESO/CMIFR approval. It shall be
complete in all respect. Accessories like certified flameproof /exproof EA 24 13000.00 312000.00
SS316 double compression cable glands with PVC shrouds & SS plugs for
excess entries, SS 316 engraved tag plate, mounting clamp & SS 316
fasteners. Complete as per specifications / documents.
1.8.1.2 Supply of Control Junction Box(GREY):Flame proof /ex-proof, Die cast AL
LM6 body, 12 inlet+2 outlet as per specification suitable for hazardous
area of zone 1, group IIA/IIB, T3 or better having PESO/CMIFR approval. It
shall be complete in all respect. Accessories like certified flameproof EA 22 13000.00 286000.00
/exproof SS316 double compression cable glands with PVC shrouds & SS
plugs for excess entries, SS 316 engraved tag plate, mounting clamp & SS
316 fasteners. Complete as per specifications / documents.
1.8.1.3 Supply of Power Junction Box (GREY): Flame proof /ex-proof, Die cast AL
LM6 body, 12 inlet+2 outlet as per specification suitable for hazardous
area of zone 1, group IIA/IIB, T3 or better having PESO/CMIFR approval. It
shall be complete in all respect. Accessories like certified double EA 4 13000.00 52000.00
compression cable glands with PVC shrouds & plugs for excess entries, SS
316 engraved tag plate, mounting clamp & SS 316 fasteners. Complete as
per specifications / documents.
1.8.1.4 Supply of Push button station for Carousal/ loading/ TLD operation with
all accessories mounted on Exd JBs located at different are to be hooked EA 4 8000.00 32000.00
up with SAFETY PLC at CR , All cabling & hardware included
1.8.2 INSTRUMENTATION CABLES - SIGNAL, CONTROL, POWER, ETC.
1.8.2.1 1P x 1.5 sq. mm ( Light Blue) PVC insulated Armoured, FRLS PVC
sheathed , Overall shielded, Signal Cable RM 1000 100.00 100000.00
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 375
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.8.2.2 2P x 1.5 sq. mm ( Light Blue) PVC insulated Armoured, FRLS PVC
sheathed, Overall shielded, Signal Cable RM 3200 152.00 486400.00
1.8.2.3 12 P x 1.5 sq. mm ( Light Blue) PVC insulated Armoured, FRLS PVC RM 16700 540.00 9018000.00
1.8.2.4 sheathed , individual
3C x 2.5 sq. & Overall
mm (Black) PVC shielded,
insulated Signal Cable FRLS PVC sheathed ,
Armoured,
RM 2850 96.00 273600.00
Power Cable
1.8.2.5 24C x 2.5 sq. mm (Black) PVC insulated Armoured, FRLS PVC sheathed ,
Control Cable RM 8600 396.00 3405600.00

1.8.2.6 36C x 2.5 sq. mm (Black) PVC insulated Armoured, FRLS PVC sheathed ,
RM 3800 700.00 2660000.00
Control Cable
1.8.2.7 3C x 16 sq. mm (Black) PVC insulated Armoured, FRLS PVC sheathed ,
power Cable RM 600 400.00 240000.00

1.8.2.8 1Cx10 mm2 PVC (Al) cable Green colour RM 1200 80.00 96000.00
1.8.2.9 1Cx6 mm2 PVC (Al) cable Green colour RM 500 60.00 30000.00
1.8.3 SPECIAL CABLES - COMMUNICATION
1.8.3.1 Supply of Fiber Optic Cables through 40 mm HDPE pipe of 3 mm thick in
trenches, on walls, concrete structures etc as required for laying of cables
in road, station piping crossing and cable rising up to panel. The scope
also includes supply of OFC accessories like 12 port LIU, splice trays, RM 1000 65.00 65000.00
loaded adaptor and blank plates, UTP and optical patch cords, pigtails,
media convertor etc.
1.8.3.2 Supply of LAN Cables through PVC conduit and LAN cabling from the LAN
face plates laid in roof/false ceiling etc. and terminate in dedicated wall
RM 500 30.00 15000.00
mount switching closet/network switch located in equipment room for
control building and at dedicated location in admin building.
1.8.4 Supply of (100mmx15mmx3mm, 3 Meter length) following Ladder type GI
cable tray with minimum hot dip zinc coating 100 micron with accessories
like coupler plates, bends, Stainless steels hardware like nuts & bolts ,
bends, washers etc and as per IS & ES:8161.
1.8.4.1 300mm Wide Ladder RM 750 700.00 525000.00
1.8.4.2 600mm Wide Ladder RM 500 1200.00 600000.00
1.8.4.3 CABLE TRAY 100mm, perforated tray RM 300 369.00 110700.00
1.8.4.4 CABLE TRAY 50mm, perforated tray RM. 300 351.00 105300.00
1.8.5 Class-B ,Galvanized Iron (G.I. pipes) conforming to IS-1239 complete with
1.8.5.1 accessories
50 mm NB (bends, reducers, couplers etc.) of following sizes:- RM 850 420.00 357000.00
1.8.5.2 40 mm NB RM 20 340.00 6800.00
1.8.5.3 25 mm NB RM 850 198.00 168300.00
1.8.6 Supply of FRP canopy for field junction box. RM 24 5000.00 120000.00
1.8.7 Multi Cable Transit (MCT)
Multi Cable Transit (MCT) along with accessories such as insert blocks,
LOT 1 877500.00 877500.00
stay plates, compression plates, end packer plate, moulds, sealing gasket,
end packing puller.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 376
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.8.8 Supply of Grounding Pit - Earth pit of minimum 3.8 mtr length earthing
electrode with 100 mm Pipe, hot dip galvanized (80-100 microns), with
funnel, test link, brick masonry earth pit including plastering in CM 1:4,
EA 10 27200.00 272000.00
600x600 mm C.I. Manhole chamber etc. Equivalent make shall be
approved by client / consultants. Filled with salt and Charcoal around
electrode.
1.8.9 Supply of 50mm x 6mm GI. Strip Hot Dip Galvanized G.I. earth strips with
RM 2500 200.00 500000.00
min 120 micron coating and Earthing wire of following sizes.
1.8.10 Supply of STRUCTURALS STEEL which includes Angel (75 x 75 x 6 mm. thk. MT 10 70000.00 700000.00
1.8.11 MS),
Supplychannel (100 xclass
of approved 50 xB6Bricks
mm thk. M.S.
of size 9" XAS4"X
PER3 "IS-226),
in cableM.S. PLATE (6
trenches EA 7500 13.00 97500.00
mm thk. M.S.) & FOUNDATION BOLTS & NUTS, etc. for Inst pedestals ,
1.8.12 Supply fine river sand in cable trenches of height 150 mm above and 150 CUM 150 792.00 118800.00
Cable tray support (M 10 Φ x 100 mm LONG, C.S. Galvanized as per IS).
1.8.13 below the cable including the cost of all materials, transport, load and lift
Supply of 150 mm RCC Hume pipes of NP2 class conforming to IS 458
charges, labour, tools etc
under driveway and for culverts including excavation, providing collar RM 32 3400.00 108800.00
joints, backfilling, etc. complete as directed by IOCL.
1.8.14 Providing Plain Cement Concrete (PCC) 1:2:4 using 20 mm nominal size
aggregates conforming to latest IS 456 for all works in foundation, plinth
Sq. M 1000 1183.00 1183000.00
& superstructure. Item includes cost of all materials etc complete as
specified in detailed description except Supply of Reinforcement.
TOTAL ESTIMATED COST OF PART-A -SUPPLY ₹ 78,565,573.00

PART-B : ERECTION, INSTALLATION, TESTING &


B
COMMISSIONING:

1.1 CONTROL ROOM INSTRUMENTATION


Installation of two nos. of TFAS-MS Servers, rack based along with High
availability redundancy software & working on redundant (Primary and
Secondary) hot standby mode along with accessories like 1 no. Rack
1.1.1 LOT 1 5000.00 5000.00
mounted LED Monitor with Keyboard & mouse, 4 port industrial grade
KVM switch, software like OS, Antivirus, SQL, oracle, RDBMS etc (license
copy) etc complete as per specification.
Installation of 24 port Redundant Managed Ethernet Switch
1.1.2 LOT 1 4000.00 4000.00
(10/100/1000 MBPS) complete as per specification.
Installation of Dual redundant (Parallel/ Hot Standby) Programmable
Logic Controller (Process PLC) along with PLC Panels, Marshalling Panels,
Input Output modules, Power supply units, Relays with base, barriers,
1.1.3 LOT 1 227300.00 227300.00
TBs, Dual Ethernet ports per processors, Serial Interface Modules, HMI
console, wirings, glands, plugs, other modules/ hardware required for
interfacing all the required field and control room equipment
Erection and Commissioning ,SIL 3 TUV/ EXIDA certified Safety PLC for
interlock and shutdown along with Panels, Marshalling Panels, Dual
redundant Input Output modules, Power supply units, Relays with base,
barriers, TBs, Dual Ethernet ports per processor, Serial Interface Modules,
1.1.4 LOT 1 175500.00 175500.00
HMI console, wirings, glands, plugs, other modules/ hardware required
for interfacing all the required field and control room equipment
including spare requirements, licenses, tags, GUI, licensed OPC compliant
software etc complete as per specification and tender document.
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 377
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Installation of Operator Interface Console Computer (OIC) with 23" colour


1.1.5 EA 2 2000.00 4000.00
LED monitor, standard keyboard etc. complete as per specifications.
Installation of TFAS Software with 100% spare tags along with dongle/key,
1.1.6 licenses, media, documentation etc., complete as per specifications / LOT 1 315900.00 315900.00
documents.
Installation of Hardware for Integration of existing TAS GE RXI PLC
through TCP/IP with SCADA system for GUI. Operation, logic, interlock
Alarms & events logging, reporting, trending and archiving. The scope
1.1.7 LOT 1 200000.00 200000.00
includes mapping all I/O from Existing PLC for Bullet tank Mode
operation, Pumping Operation, Compressor operation etc. PLC I/O list
enclosed.,
Supply of 42 U Rack Enclosure cabinet/System cabinet with 19" rack size,
along with accessories like Biometric fingerprint cum contactless smart
card reader with locking arrangement, limit switches,earthing
arrangements, breaker, fuses, terminal blocks and wiring, power supply
socket ,MCB, Fan, Fan Failure Module etc complete as per specification
1.1.8 and tender document for mounting of TFAS Management Server, LS 1 9770.00 9770.00
Ethernet Switch along with associated rack mounted monitors,
keyboards, mouse, 4 port industrial grade KVM switches, power adapters,
networking & OFC components, , Ethernet switch etc as per specification
and tender document
(Location: Control Room Building)
Installation of Hard Wired Panel (HWP)with push button and indication
lamps for remote manual operation of 30 Nos. ROV from S&D room and
1.1.9 Alarm Annunciator Panel (AAP) (48 windows) for annunciation for ROV LOT 1 15000.00 15000.00
fail to Close, Bullet High Level Switch HH, ESD status etc
Installation, Testing & Commissioning of Parallel redundant,
Transistorized UPS system with bypass supply along with suitable rating
1.1.10 of 12V SMF batteries for half hour backup, battery stands, Weatherproof EA 1 38000.00 38000.00
double compression Ni plated brass cable glands and cable lugs for all
incoming and outgoing cables etc and as per specification.
Installation, testing & Commissioning of 230V, 1-ph,2-wire- 250A, Cu-
Busbar, UPS distribution board (ACDB) as per attached specification and
1.1.11 single line diagram along with Weather proof double compression Ni EA 1 2700.00 2700.00
plated brass cable glands and cable lugs for all incoming and outgoing
cables.
Installation, testing & commissioning of UPS Power Distribution Panel for
powering PLC Panel, ESD System Panel, server, OIC stations, local
control panels, ROV, POV, Field panel where UPS power are required for
smooth un-interrupted operation as per OEMs recommendation.
Miscellaneous Instrumentation comprising of suitable MCCBs for Isolation
1.1.12 LOT 1 25000.00 25000.00
etc to be provided. The panel shall be complete in all respects with
necessary indication lamps for powering, necessary control wiring
voltmeter, ammeter etc & as per specifications and tender document.
Note: Minimum 20% spare power points to be made available for future
use
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 378
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Installation, testing & Commissioning of Auto fire clocks at entrance gates


(Gate no.1 and Gate no.2); these clocks shall have integration with
1.1.13 EA 2 3000.00 6000.00
ILSD/ESD to display affected area. Price shall also include all accessories
required, mounted accessories, supports etc.
1.20 STORAGE VESSEL AREA - BULLET
Testing & Commissioning of On-off ball valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.2.1 Limit switch h, 1 Air Filter Regulator with Manual Ride, pneumatic
actuator as per datasheet. (Installation by other vendor)

1.2.1.1 150 MM EA 12 1950.00 23400.00


1.2.1.2 100 MM EA 13 1460.00 18980.00
Testing & Commissioning of On-off Gate valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.2.2
LS, 1 AFR with Manual Ride, pneumatic actuator as per datasheet.
(Installation by other vendor)
1.2.2.1 150 MM EA 6 2600.00 15600.00
1.30 STORAGE VESSEL AREA - SPHERE
Testing & Commissioning of On-off ball valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.3.1
Limit switch, 1 Air Filter Regulator with Manual Ride, pneumatic actuator
as per datasheet. (Installation by other vendor)
1.3.1.1 200 MM EA 2 2600.00 5200.00
1.3.1.2 150 MM EA 2 1950.00 3900.00
Testing & Commissioning of On-off Gate valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.3.2
LS, 1 AFR with Manual Ride, pneumatic actuator as per datasheet.
(Installation by other vendor)
1.3.2.1 200 MM EAC 1 2600.00 2600.00
1.40 LPG PUMP HOUSE AND PUMP HOUSE MANIFOLD
Testing & Commissioning of On-off ball valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.4.1
Limit switch, 1 Air Filter Regulator with Manual Ride, pneumatic actuator
as per datasheet. (Installation by other vendor)
1.4.1.1 200 MM EA 4 2600.00 10400.00
1.4.1.2 150 MM EA 3 1950.00 5850.00
1.4.1.3 100 MM EA 34 1460.00 49640.00
1.4.1.4 80 MM EA 12 1100.00 13200.00
Testing & Commissioning of On-off Globe valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.4.2 LS, 1 AFR with Manual Ride, pneumatic actuator as per datasheet.
(Installation by other vendor)
1.4.2.1 200 MM EA 4 2600.00 10400.00
1.4.3 Pressure Transmitter for cooling water line
Installation, testing & Commissioning of Pressure Transmitter as per
1.4.3.1 datasheet EA 2 3900.00 7800.00
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 379
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.4.4 Temperature Element- RTD for cooling water line


Installation, testing & Commissioning of Temperature Element - RTD, 6
1.4.4.1 mm, 3 wire Platinum Resistance, Duplex type, Screwed Cap with O-Ring EA 2 3900.00 7800.00
seal, Spring loaded Terminal Block, Die cast Aluminum, as per datasheet
1.4.5 Temperature Transmitter for cooling water line
Installation, testing & Commissioning of Temperature Transmitter with
1.4.5.1 calibration range 0~ 100°C, Smart, freely Configurable, Universal inputs EA 2 3900.00 7800.00
accept; Automatic internal CJC, self-diagnostics, as per datasheet
1.4.6 Level Switch for cooling water tank
Installation, testing & Commissioning of Level Switch for LL alarm as per
1.4.6.1 datasheet EA 1 7500.00 7500.00

1.4.7 Differential Pressure Transmitter


Installation, testing & Commissioning of differential pressure transmitter
1.4.7.1 with calibration range for existing LPG Pump Strainer. EA 3 1800.00 5400.00

1.4.8 HARDWIRED INDICATION CUM ALARM ANNUNICATIOR PANEL


Installation, testing & Commissioning of Flameproof Indication cum
annunciator panel suitable for zone-1, IIA/B hazardous area for VESSEL
MODE, VESSEL ALARM, PUMP AND COMPRESSOR STATUS at LPG pump
1.4.8.1 EA 1 8775.00 8775.00
house, Filling Shed and TLD/TLF. Panel shall be pedestal mounted. An
intrinsically safe/flame proof beacon & sounder shall be provided for this
panel.
1.50 GAIL /TLD RECEIPT LINE HEADER NEAR TLD
Testing & Commissioning of On-off ball valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.5.1 Limit switch h, 1 Air Filter Regulator with Manual Ride, pneumatic
actuator as per datasheet. (Installation by other vendor)
1.5.1.1 150 MM EA 4 1950.00 7800.00
1.5.1.2 100 MM EA 1 1460.00 1460.00
1.5.1.3 80 MM EA 2 1100.00 2200.00
Testing & Commissioning of On-off Globe valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.5.2 LS, 1 AFR with Manual Ride, pneumatic actuator as per datasheet.
(Installation by other vendor)
1.5.2.1 200 MM EA 2 2600.00 5200.00
Installation, testing & Commissioning of flameproof solenoid valve (24V
1.5.3 AC), with SS 316 body, 1/2" NPT connection, 2 Nos. Flameproof Limit EA 14 1800.00 25200.00
Switch, 1 Air Filter regulator for existing ROV as per specification.
1.60 TANKER LOADING AND UNLOADING SHED (TLD)
Testing & Commissioning of On-off ball valve, 300# RF, ASTM A 216
WCB , Wetted parts: SS316, Metal seated, Fire safe, hand wheel, 1 SOV, 2
1.6.1 Limit switch h, 1 Air Filter Regulator with Manual Ride, pneumatic
actuator as per datasheet. (Installation by other vendor)
1.6.1.1 50 MM EA 68 780.00 53040.00
1.6.2 PRESSURE CONTROLLER FOR BULK TANKER LOADING LINE AT TLD
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 380
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Installation, testing & Commissioning of Pressure Transmitter as per


1.6.2.1 datasheet EA 1 3900.00 3900.00

Testing & Commissioning of globe type pressure control valve , 3" 300#
RF along with all accessories like E/P smart positioner, AFR, limit switches,
1.6.2.2 EA 1 5460.00 5460.00
A216 WCB body material, Wetted parts: SS316, as per datasheet.
(Installation by other vendor)
1.6.3 HARDWIRED INDICATION CUM ALARM ANNUNICATIOR PANEL
Installation, testing & Commissioning of Flameproof Indication cum
annunciator panel suitable for zone-1, IIA/B hazardous area for VESSEL
MODE, VESSEL ALARM, PUMP AND COMPRESSOR STATUS at LPG pump
1.6.3.1 house, Filling Shed and TLD/TLF. Panel shall be pedestal mounted. An EA 1 8775.00 8775.00
intrinsically safe/flame proof beacon & sounder shall be provided for this
panel.
1.70 FILLING SHED AREA
1.7.1 FLOW CONTROLLER FOR CAROUSAL LINE

Installation, testing & Commissioning of flow orifice assemble, 6" 300# RF,
1.7.1.1 EA 1 1800.00 1800.00
sch. 40, SS 316 orifice plate, A-105 flange material as per specification

Installation, testing & Commissioning of differential pressure transmitter


1.7.1.2 EA 1 1800.00 1800.00
with calibration range as per specification datasheet
Testing & Commissioning of globe type flow control valve , 6" 300# RF
along with all accessories like E/P smart positioner, AFR, limit switches,
1.7.1.3 A216 WCB body material, Wetted parts: SS316, as per datasheet. EA 1 4627.12 4627.12
(Installation by other vendor)

Testing & Commissioning of globe type flow control valve , 3" 300# RF
along with all accessories like E/P smart positioner, AFR, limit switches,
1.7.1.4 EA 1 5460.00 5460.00
A216 WCB body material, Wetted parts: SS316, as per datasheet.
(Installation by other vendor)
1.7.2 DIFFERENTIAL PRESSURE TRANSMITTER
Installation, testing & Commissioning of differential pressure transmitter
1.7.2.1 with calibration range for existing Carousal Line strainer EA 1 1800.00 1800.00

1.7.3 HARDWIRED INDICATION CUM ALARM ANNUNICATIOR PANEL


Installation, testing & Commissioning of Flameproof Indication cum
annunciator panel suitable for zone-1, IIA/B hazardous area for VESSEL
MODE, VESSEL ALARM, PUMP AND COMPRESSOR STATUS at LPG pump
1.7.3.1 house, Filling Shed and TLD/TLF. Panel shall be pedestal mounted. An EA 1 8775.00 8775.00
intrinsically safe/flame proof beacon & sounder shall be provided for this
panel.
1.7.4 Level Transmitter for evacuation vessel
1.7.4.1 Installation, testing & Commissioning of level Transmitter as per EA 2 7500.00 15000.00
1.7.5 datasheet
Pressure Transmitter for evacuation vessel and compressor
Installation, testing & Commissioning of Pressure Transmitter as per
1.7.5.1 EA 4 3600.00 14400.00
datasheet
1.7.6 Temperature Element- RTD for evacuation compressor
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 381
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

Installation, testing & Commissioning of Temperature Element - RTD, 6


1.7.6.1 mm, 3 wire Platinum Resistance, Duplex type, Screwed Cap with O-Ring EA 2 3900.00 7800.00
seal, Spring loaded Terminal Block, Die cast Aluminum, as per datasheet
1.7.7 Temperature Transmitter for evacuation compressor
Installation, testing & Commissioning of Temperature Transmitter with
1.7.7.1 calibration range 0~ 100°C, Smart, freely Configurable, Universal inputs EA 2 3900.00 7800.00
accept; Automatic internal CJC, self diagnostics, as per datasheet

ALL ERECTION MATERIALS with all required accessories , all required


components Specifications and Documents/ Drawings including
1.8
Documentation , Testing, Inspection, packing, transportation to site,
guarantee etc.

1.8.1 Junction box with all accessories & spare as per datasheet - INST
1.8.1.1 Installation of Signal Junction Box (BLUE). Accessories like certified
flameproof /exproof SS316 double compression cable glands with PVC
shrouds & SS plugs for excess entries, SS 316 engraved tag plate, EA 24 2000.00 48000.00
mounting clamp & SS 316 fasteners.
1.8.1.2 Installation of Control Junction Box(GREY):Flame proof /ex-proof, Die
cast AL LM6 body, 12 inlet+2 outlet as per specification suitable for
hazardous area of zone 1, group IIA/IIB, T3 or better having PESO/CMIFR
EA 22 2000.00 44000.00
approval. Accessories like certified flameproof /exproof SS316 double
compression cable glands with PVC shrouds & SS plugs for excess
entries, SS 316 engraved tag plate, mounting clamp & SS 316 fasteners.
1.8.1.3 Installation of Power Junction Box (GREY): Flame proof /ex-proof, Die
cast AL LM6 body, 12 inlet+2 outlet as per specification suitable for
hazardous area of zone 1, group IIA/IIB, T3 or better having PESO/CMIFR
approval. Accessories like certified double compression cable glands with EA 4 2000.00 8000.00
PVC shrouds & plugs for excess entries, SS 316 engraved tag plate,
mounting clamp & SS 316 fasteners.
1.8.1.4 Installation, testing & commissioning of Push button station with all
accessories mounted on Exd JBs located at different are to be hooked up EA 4 1300.00 5200.00
with SAFETY PLC at CR , All cabling & hardware included.
1.8.2 Erection includes cable laying, glanding , dressing, clamping and
termination at both the ends
1.8.2.1 1P x 1.5 sq. mm ( Light Blue) PVC insulated Armoured, FRLS PVC RM 1000 35.00 35000.00
sheathed , Overall shielded, Signal Cable
1.8.2.2 2P x 1.5 sq. mm ( Light Blue) PVC insulated Armoured, FRLS PVC
RM 3200 35.00 112000.00
sheathed , Overall shielded, Signal Cable
1.8.2.3 12 P x 1.5 sq. mm ( Light Blue) PVC insulated Armoured, FRLS PVC RM 16700 35.00 584500.00
1.8.2.4 sheathed , individual
3C x 2.5 sq. & Overall
mm (Black) PVC shielded,
insulated Signal Cable FRLS PVC sheathed ,
Armoured, RM 2850 35.00 99750.00
1.8.2.5 Power Cable
24C x 2.5 sq. mm (Black) PVC insulated Armoured, FRLS PVC sheathed , RM 8600 35.00 301000.00
1.8.2.6 Control Cable
36C x 2.5 sq. mm (Black) PVC insulated Armoured, FRLS PVC sheathed , RM 3800 35.00 133000.00
1.8.2.7 Control
3C x 16 Cable
sq. mm (Black) PVC insulated Armoured, FRLS PVC sheathed , RM 600 35.00 21000.00
1.8.2.8 power CablePVC (Al) cable Green colour
1Cx10 mm2 RM 1200 35.00 42000.00
1.8.2.9 1Cx6 mm2 PVC (Al) cable Green colour RM 500 35.00 17500.00
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 382
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.8.3 SPECIAL CABLES - COMMUNICATION


1.8.3.1 Laying of Fiber Optic Cables through HDPE conduit from the Fire Pump
House to Control room laid under ground. RM 1000 35.00 35000.00

1.8.3.2 Laying of LAN Cables through PVC conduit and LAN cabling from the LAN
face plates laid in roof/false ceiling etc. and terminate in dedicated wall
mount switching closet/network switch located in equipment room for RM 500 35.00 17500.00
control building and at dedicated location in admin building.
1.8.4 Installation of (100mmx15mmx3mm, 3 Meter length) following Ladder
type GI cable tray with minimum hot dip zinc coating 100 micron with
accessories like coupler plates, bends, Stainless steels hardware like nuts
& bolts , bends, washers etc.
1.8.4.1 300mm Wide ladder RM 750 120.00 90000.00
1.8.4.2 600mm Wide, ladder RM 500 180.00 90000.00
1.8.4.3 CABLE TRAY 100mm,perforated RM 300 150.00 45000.00
1.8.4.4 CABLE TRAY 50mm, perforated RM 300 131.00 39300.00
1.8.5 Fabrication and Installation / Laying of GI pipes (As per IS-1239, Medium
Galvanized) for cable protection, supports, wall / floor sleeves etc. fixed
on steel, concrete or similar structure, laid in trenches, breaking/chipping
of concrete, buried in concrete or brick work or under earth including
handling transportation, inspection, cutting to size, threading, bending
etc. chipping in concrete floors, breaking of concrete cable trenches,
column, walls and making good the same by cement plastering etc.,
supply of GI clamps, supports, GI nuts, bolts, washers, sockets, spacers,
plugs , bends, couplers, reducers , civil masonry materials, all work labour
and materials complete as per drawings. Specifications and direction of
engineer-in-charge.
1.8.5.1 50 mm NB RM 850 100.00 85000.00
1.8.5.2 40 mm NB RM 20 67.00 1340.00
1.8.5.3 25 mm NB RM 850 50.00 42500.00
1.8.6 Erection of FRP canopy for junction box EA 24 900.00 21600.00
1.8.7 Erection of Multi Cable Transit (MCT): Erection & installation of MCT
along with accessories such as insert blocks , stay plates, compression LOT 1 78000.00 78000.00
plates , end packer plate , moulds ,sealing gasket , end packing puller.
1.8.8 Installation and commissioning of Grounding Pit - Earth pit of minimum
3.8 mtr length earthing electrode with 100 mm Pipe, hot dip galvanized
(80-100 microns), with funnel, test link, brick masonry earth pit including
plastering in CM 1:4, 600x600 mm C.I. Manhole chamber etc. Equivalent
make shall be approved by client / consultants. Filled with salt and EA 10 3800.00 38000.00
Charcoal around electrode. Job also includes provision of test certificate
of earthing station from a licensed electrician as per the format of the
Corporation
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 383
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

1.8.9 Installation and testing of 50mm x 6 mm GI. Strip GI earth strip / laying of
earthing cable of following sizes in ready made concrete trenches or in
floor slits, on cable racks/ risers/ trays , on brick / concrete wall , on
RCC/steel columns , on RCC/steel towers and vessels, under concrete
floors, or paved areas, across pipe joints and valves, directly buried under
ground at depth of 500 mm, including handling, transportation to
erection site , bending, straightening, cutting to size, providing cable
termination lugs for termination of wire/cables, welding together of earth
strips in overlapping manner, bolting with nuts,bolts and washers, RM 2500 92.00 230000.00
chipping in concrete floors/ paved areas for laying the earth strips under
floors/ paved areas and making good by cement plastering concrete after
laying of the strips ; clamping and supporting of earth strips laid above
ground, connecting the strips/ wire at both ends to equipment or to
earth bus / earth plates or to GI brackets fixed inside earth pit chamber,
by bolting, etc., Hessian tapes, all necessary GI hardware, GI clamps, civil
masonry materials, cable termination lugs etc. all work, labour as per
specifications, codes and standards and directions of engineer-in-charge.
1.8.10 Erection of STRUCTURURALS STEEL which includes Angel Iron (75 x 75 x 6
mm. thk. MS), channel (100 x 50 x 6 mm thk. M.S. AS PER IS-226), M.S.
MT 10 35000.00 350000.00
PLATE (6 mm thk. M.S.) & FOUNDATION BOLTS & NUTS, etc. for Insert
pedestals (M 10 Φ x 100 mm LONG, C.S. Galvanized as per IS).
Earth work in excavation in all kinds of soil by manual means in
foundation trenches, buried cable trench or drains including dressing of
1.8.11 sides & ramming of bottom, lift upto 1.5 m, including getting out the CUM 375 333.00 124875.00
excavated soil & disposal of surplus excavated soil as directed within or
outside theapproved
Placing of site at anclass
unobjectionable place.
B Bricks of size 9" X 4"X 3 " in cable trenches
1.8.12 EA 7500 2.00 15000.00
Local sand filling within the grading zone IV of fine aggregates as per
specification, in plinth, under floors etc. in layers not exceeding 20cm in
1.8.13 CUM 150 150.00 22500.00
depth, each deposited layer to be compacted by ramming watering and
dressing complete.
1.8.14 Back filling for the buried cable trenches CUM 225 310.00 69750.00
Laying of 150 mm RCC Hume pipes of NP2 class conforming to IS 458
1.8.15 under driveway and for culverts including excavation, providing collar RM 32 80.00 2560.00
joints, backfilling, etc. complete as directed by IOCL.
Laying Plain Cement Concrete (PCC) 1:2:4 using 20 mm nominal size
aggregates conforming to latest IS 456 for all works in foundation, plinth
1.8.16 CUM 12 6900.00 82800.00
& superstructure. Item includes cost of all materials etc complete as
specified in detailed description except Supply of Reinforcement.
Laying Reinforced Cement Concrete (RCC) of Concrete of nominal mix
1.8.17 1:1.5:3 conforming to latest IS 456 complete as specified in detailed CUM 3 6900.00 20700.00
description.
WBM Road, PCC floor , RCC floor Dyke cutting, concrete breaking for
cable trenches including shoring, strutting etc. Job shall be complete in
1.8.18 CUM 10 3897.00 38970.00
all respect including the cost of all labour, tools, materials, load lift hire
charges of equipments if any.

TOTAL ESTIMATED COST OF PART-B - ERECTION, INSTALLATION, TESTING &


₹ 4,406,057.12
COMMISSIONING
TENDER NO: TAPSO/LPG-E/AUTOM/2018-19/PT03
Page No. 384
Design, supply, installation, testing and commissioning of PLC
based Tank Farm Automation System (TFAS) for auto
operation of Remote Operated valve & integration with
existing iSAP (Integrated System for Automated Plant) along
with associated works at Cherlapally LPG Bottling Plant

TOTAL ESTIMATED COST OF SECTION-1 (PART-A + PART-B) ₹ 82,971,630.00

SECTION-2: COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR ITEMS SUPPLIED IN PART A &
2
Erected in Part B:
1 Comprehensive Annual Maintenance Contract for a period of Three years for TFAS Automation System (Excluding ROV).
Cost of all spares, equipment, instruments & services, (Preventive & Breakdown) as required for maintenance, has to be
borne by the Vendor at their cost during the AMC period complete as per scope of work defined in the tender document
including posting of Resident Engineers
1.1 First Year ( 4% of Rs. 4,34,94,551.00 i.e. Supply cost excluding cost of ROV
LS 1 1,739,800.00 1,739,800.00
& FCV)
1.2 Second Year (additional 5% of previous year)
LS 1 1,826,790.00 1,826,790.00
1.3 Third Year (additional 5% of previous year)
LS 1 1,918,200.00 1,918,200.00

TOTAL ESTIMATED COST OF SECTION-2 : CAMC SERVICES ₹ 5,484,790.00


TOTAL (SECTION-1 + SECTION-2) (EXCLUDING GST) ₹ 88,456,420.00
GST @ 18% on SECTION -1 ₹ 14,934,893.40
GST @ 18% on SECTION - 2 ₹ 987,262.20
Sub Total SECTION-1 including GST ₹ 97,906,523.40
Sub Total SECTION-2 including GST ₹ 6,472,052.20

GRAND TOTAL including GST ₹ 104,378,575.60

GRAND TOTAL including GST (Rounded off value) ₹ 104,378,576.00


Total in Words: Rupees Ten Crores Forty Three Lakh Seventy Eight Thousand Five Hundred and Seventy Six Only.

DO NOT QUOTE HERE

Вам также может понравиться