Dcs Feb 20
Dcs Feb 20
For
SPECIFICATION
SHEET 1 OF 129
S/n
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
Contents
Introduction and plant description
Scope of work for DCS
Scope of work for PLC
Special instructions to vendors for DCS
Special instructions to vendors for PLC
Functional specifications for DCS
Functional specifications for PLC
Data sheets for DCS
Data sheet for PLC
Factory / Site Acceptance test procedure
General terms and conditions
Annexure I - u84 PLC architecture
Annexure II - Existing DCS&PLC hookup diagram
Annexure III - Tentative bill of material
for DCS
Annexure IV-Tentative bill of material for
PLC
Annexure V- List of components to be
removed for DCS
Annexure VI- List of components to be
removed for PLC
Annexure VII- I/O count for DCS and PLC
Annexure VIII- List of documents to be
issued to Vendor
Annexure IX- Control room layout
Annexure x- 24vdc power supply
distribution diagram
Page no
4-8
9 - 12
13 - 16
17 - 27
28 - 41
42 - 57
58- 64
65 - 85
86 93
94 103
104 114
115 115
116 116
117 119
120 121
122 123
124 125
126 126
127 127
128 128
129 - 129
SPECIFICATION
MUMBAI-400 074.
SHEET 2 OF 129
SAT
SIL
SOE
SER
SR
T/C
SPECIFICATION
SHEET 3 OF 129
1.0 INTRODUCTION
The specification defines the minimum requirement of a Distributed Control
System (DCS) and Programmable Logic Controllers (PLC) for Emergency
Shutdown System design for reliable, effective & optimum control and ESD of
High Efficiency Boilers (HEB) & its Balance Of Plant (BOP) in Boiler house area.
The existing M/s Yokogawa make CENTUM XL DCS and general purpose,
YASKAWA make U84 model PLC at BPCL, Mumbai Refinery, required to be
replaced by latest technology, state of the art DCS and ESD system. As the
existing 4 sets of DCS stations with of Process Operators Consoles (POC) & PLC
system shall be replaced in phased manner, vendor to consider the required
additional hardware if any for operating and monitoring the running unit while
submitting the offer.
BPCL, Mumbai refinery Steam load is mainly catered by 3-nos Utility Boilers and
3-nos Heat Recovery Steam Generator (HRSG) boilers. The three numbers of
utility Boilers are termed as High Efficiency Boilers (HEB). Each HEB is designed
to produce High pressure Steam capacity of 1500 MT/D. The Boiler furnace is
fired by either Fuel gas or LSHS or both as fuels. There are 4-nos of Oil burners
and 4-nos of Gas burner with 4-nos pilot gas burners for starting the any of the
respective burners. The High Efficiency Boilers (HEB) are designed to operate
with air from 2-nos FD fans one running and other being in hot standby mode.
Each HEB is controlled and monitored by CENTUM XL EFCD station and the
BMS logic of each boiler is taken care by an independent YASAKAWA make U84
PLC. The Balance OF Plant (BOP) of all the three boilers is controlled by one
CENTUM XL EFCD and the corresponding logic is controlled by a YASAKAWA
make U84 PLC. Monitoring of all the three boilers and BOP is done through three
numbers of Process Operators Consoles (POC) in control room and one remote
console which located around 400 meters away from the control room. The
engineering of all the four DCS stations being done through a common
Engineering station and the Engineering of all the four PLC is done through a
common engineering station. There are three dot matrix printers for alarm and
log printing and one color printer for hardcopy printing.
Each boiler BMS PLC and BOP PLC is connected to the corresponding CENTUM
XL station through MODBUS serial communications. The data of all the three
boilers and BOP is available in IP 21 through a communication gateway unit
SPECIFICATION
SHEET 4 OF 129
The vendor shall not deviate from this specification without the prior written
approval from BPCL. In case of any deviation vendor shall highlight clearly the
deviations of the offered system from the specification with proper justification.
BPCL reserves the right to decide technical acceptability of the system.
1.1
PLANT DESCRIPTION
at any point of time no utility is stopped fully. If this scenario happens, that will
SPECIFICATION
SHEET 5 OF 129
The entire Boiler house plants is controlled and monitored by M/s YOKOGAWA
make CENTUM XL DCS system. The DCS system is having 4 numbers of control
stations and 4 numbers of Panel operated consoles. Each boiler is controlled and
monitored by independent and dedicated control station (EFCD). The Balance of
plants like, Dearator, fuel oil system, instruments air system, Boiler feed water
pumps, Makeup water pumps, and drinking water pumps, steam distribution
headers etc is controlled and monitored by separate control station. Similarly the
logic part of the each boiler is taken care by an independent YASAKAWA make
U84 PLC and the BOP logic part is controlled by the separated YASAKAWA
make U84 PLC. The monitoring of the entire plant is
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 6 OF 129
regulatory control level shall form the foundation for the overall system
SPECIFICATION
SHEET 7 OF 129
AMBIENT CONDITIONS
The site environmental conditions are as follows
Ambient Conditions: The site environmental conditions are as follows:
1
Maximum ambient temperature (Max./ Min) : 42/ 15 Degree C
2
Relative humidity (Max.): 100% @ 32 Deg.
3
Maximum recorded rainfall: 436.8 mm
1.1.5
PLANT DATA
The plant is electrically hazardous and following philosophy shall be followed
Intrinsic Safety for all Analog Inputs (4-20 mA DC) and Analog Outputs (420mA DC), suitable for Zone-I Gas Groups IIA, IIB as per IEC. All process
switches and solenoid valves shall be explosion proof
SPECIFICATION
SHEET 8 OF 129
8.
SPECIFICATION
SHEET 9 OF 129
SPECIFICATION
SHEET 10 OF 129
(2) Data scan frequency shall be one minutes for all the tags
SPECIFICATION
SHEET 11 OF 129
Infoplus-
SPECIFICATION
MUMBAI-400 074.
SHEET 12 OF 129
2.
3.
4.
5.
6.
7.
8.
SPECIFICATION
SHEET 13 OF 129
10.
11.
All digital inputs from MCC to PLC and outputs from PLC to MCC
and Solenoid valves and Field lamps as well as Field switches shall
be through interposing relays. All interposing relays shall be
provided with LED indication and minimum one spare contact per
relay shall be free for owner use for future.
12.
13.
14.
15.
16.
24VDC redundant Bulk power supply unit with Diode O ring along
with individual MCBs for individual consumers shall be installed in
Power Distributions (PD) cabinet. The power supply to each of
Marshalling cabinet, Relay Cabinet, Termination cabinet,
Electrical/Instrument Termination cabinet shall be redundant
including in/out MCB.
17.
New dedicated earth pit shall be provided for each PLC system by
BPCL and the same may be interconnected with the existing earth
pit if required. Vendor to submit the details for earth pit requirement
as per system.
SPECIFICATION
SHEET 14 OF 129
19.
20.
21.
22.
23.
3.1 As part of engineering, vendor shall develop documents required for system
configuration for different areas in the unit. Vendor shall develop functional Logic
Diagrams (FLD) etc on the basis of existing Logic schemes which shall be made
available by BPCL Mumbai refinery to the vendor.
3.2 As this HEB PLC System is replacing Yaskawa/L&T make U84 PLC System.
Vendor to consider the following while submitting the offer.
1.
2.
Identification of all the loops, replacing the existing ferrule with new
ferrule. The I/O count is as per the attached Annexure VII.
The removed panels shall be shifted to a location shown by BPCL
engineer in charge inside the refinery only.
3.
4.
SPECIFICATION
SHEET 15 OF 129
SPECIFICATION
SHEET 16 OF 129
4.0
SPECIFICATION
SHEET 17 OF 129
10. Vendor shall provide four sets of back-up configuration storage for each
system, containing operating programs, diagnostic programs and system
configuration etc.
11. Vendor to note that the following makes of switches, lamps etc. only used
SR.
NO
TYPE
MAKE
PUSH BOTTON
SELECTOR SWITCH
LAMP
YAMATAKEHONEYWELL
TYPE MICRO
TERMINALS
WAGO TYPE
PC
DELL/HP
BARRIERS
P&F
FUSED TERMINALS
WAGO TYPE
MCBS
MDS
REALYS
12. All digital input terminal blocks shall be wago type and all digital output
terminal blocks shall be fused wago type.
13. All PCs provided as part of this requisition shall be equipped with the latest
available processor with maximum processing speed.
14. Input - output considerations
1. All cards will be provided with diagnostic features with High diagnostic
coverage per channel at component level, able to detect any failure
and giving a diagnostic alarm. Replacement of I/O cards shall be
possible while the DCS is powered.
SPECIFICATION
SHEET 18 OF 129
110V dc - 5 Amps.
PROJECT NAME : REVAMPING
OF HEB DCS & PLC
SPECIFICATION
SHEET 19 OF 129
110 V dc - 1 Amp.
SPECIFICATION
SHEET 20 OF 129
for wiring of flexible wires of 1.0 - 1.5 mm section. No double terminal blocks
may be used.
SPECIFICATION
SHEET 21 OF 129
SPECIFICATION
SHEET 22 OF 129
5. The system shall restart without manual intervention after resuming the
power sully with in CPU battery life.
6. Separate Diode O ring/ Isolator unit shall be provided for each bulk
power supply. Scheme attached as per Annexure X
SPECIFICATION
SHEET 23 OF 129
SPECIFICATION
SHEET 24 OF 129
40%
50%
60 %
60 %
SPECIFICATION
SHEET 25 OF 129
60 %
(3) The above software loading figures shall apply to the fully
configured system, comprehensive of spare.
26. Vendor to supply and install 2 Nos. of six pens assignable paperless
recorders and 3 alarm annunciator (4x5 Windows).
27. Vendor has to submit the compliance and deviation statement along
with this offer, without this offer will not be evaluated.
28. Vendor to confirm offered controller card and IO card shall be protected as
per ISA GX CLASS 71.04 corrosive environment protection or better and
relevant certificate shall be enclosed along with the offer.
29. Scope of work for OPC connectivity
1. Vendor to provide necessary Hardware and Software for two way
connectivity between DCS and Supervisory Computer (for Advance
Control System and IP21 database)
2. Vendor to provide OPC Compliant Interface Software. The interface
software should be an OPC Server, which complies with version 1.0a
or version 2.0 OPC Specification developed by the OPC Foundation.
3. Vendor to ensure communication with Aspen techs CIMIO for OPC
which is an interface which communicates with any OPC server that
complies with the version 1.0a or version 2.0 OPC specification
developed by the OPC foundation. The interface communicates with
the OLE 2.0 methods provided by compliant OPC servers.
4. Vendor to ensure that the time zone of the machine on which both the
OPC server and CIMIO for OPC are loaded is set to Indian Standard
Time.
5. Vendor to generate Data buffers, Timers, Switches etc in respective
stations as may be required for developing Advance control logics at
DCS (sequence tables, calculation blocks etc ).
6. Configuring of logics at the DCS (sequence tables, logic tables,
calculation blocks etc) for loops (as per BPCL requirement) to go to
computer mode.
7. To ensure all loops (as per BPCL requirement) have been configured
to go to computer mode.
8. Vendor to develop operator entry graphic screens (as per BPCL
requirement) at the DCS for Advance control purpose.
SPECIFICATION
SHEET 26 OF 129
SPECIFICATION
SHEET 27 OF 129
SPECIFICATION
SHEET 28 OF 129
SPECIFICATION
SHEET 29 OF 129
Scan Time
5.2 Vendor to note that the following makes of switches, lamps etc. only
to be supplied and used in this project.
SR.
NO
TYPE
MAKE
PUSH BOTTON
SELECTOR SWITCH
LAMP
YAMATAKE HONEYWELL
TERMINALS
PHOENIX
WEIDMULLER/WAGO
PC
DELL/HP
BARRIERS
P&F
SPECIFICATION
SHEET 30 OF 129
FUSED TERMINALS
PHOENIX / WEIDMULLER
MCBS
MDS
OMRON
WITH
L
(4NO+4NC) JAPAN make
10
BMS Plaque
PHOENIX / WEIDMULLER
5.3 All digital output terminal blocks shall be fused type with LED
indication.
5.4 Input - output considerations
All cards shall be provided with diagnostic features with High diagnostic
coverage per channel at component level, able to detect any failure and
giving a diagnostic alarm. Replacement of I/O cards shall be possible
while the ESD is powered.
1) Removal of a ESD I/O card shall not affect the supply of field power
to other loops connected to the ESD. Online removal/replacement
of all type of cards shall not affect the functionality of PLC.
2) Shut down switches will work as follows: when the contact coming
from the switch is OPEN, the shut down sequence will start. This
solution guarantees that plant shut down is initiated only if
requested by operator and not as a consequence of a single
hardware failure.
3) Bypass switch will deactivate a cause (or a group of causes,
according to interlock process requirements) only when the contact
coming from the switch is CLOSED. This way if there is a hardware
fault interlock deactivation will not occur.
4) The following type of I/O modules shall be provided for as a
minimum in the ESD PLC.
i) Digital input
Dry contact
110V DC loop Voltage (interrogation voltage provided by
ESD Marshalling) inputs Shall be provided with filter and
isolation.
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 31 OF 129
SPECIFICATION
SHEET 32 OF 129
TYPE
COLOR
PHASE
RED
SPECIFICATION
SHEET 33 OF 129
DCWIRING
24VDC and 110VDC
NEUTRAL
BLACK
EARTH
GREEN
Both POSITIVE
NEGITIVE
ALARM SYSTEM
CONTROL
SHUTDOWN
RED
BLACK
WHITE
&
ANALOG SIGNAL
YELLOW
LIGHT BLUE
2)
SPECIFICATION
SHEET 34 OF 129
SPECIFICATION
SHEET 35 OF 129
SPECIFICATION
SHEET 36 OF 129
2.
I/O Bus redundancy shall be true redundant with 2 sets of Bus and
redundant Cards.
5.12 For all thermocouple signals, which are connected to PLC (ESD)
system, proper barrier/Converter shall be used for converting T/C to mA
converter to connect to AI Module.
5.13 POWER SUPPLY
1.
SPECIFICATION
SHEET 37 OF 129
110V AC, 50HZ UPS and 110 V DC will be made available to the
vendor at one point in control room. Wherever 24vdc supply
required the same shall be made available by using redundant bulk
power supplies. Separate sets of power supplies shall be used for
each of these applications.
3.
5.14
EARTHING REQUIREMENT
Two separate earth pits will be provided by the BPCL outside the
control room, one for signal grounding (IS) and another for
instrument (SYSTEM) grounding. It may be interconnected with
existing earth pits if required. The earth pit requirement shall be
submitted by vendor for executing the job at site by BPCL Mumbai
refinery.
5.15
SPECIFICATION
SHEET 38 OF 129
5.16
2.
3.
SPARES PHILOSOPHY
1.
2.
3.
The Processor and I/O cards racks shall have 20% usable
spare space for installing additional I/O modules in future.
However, the Processor and I/O cards shall have additional
20% capacity to handle these I/Os. In addition, internal
wiring for the same shall be completed up to I/O terminals.
I/O racks of PLC shall have 20% usable spare space for
installing additional I/O cards of each type in future.
However, internal wiring for the same shall be connected up
to the I/O terminals.
SPECIFICATION
SHEET 39 OF 129
50%
System loading
PLC (ESD) shall be sized in such a way to guarantee further
expansion to End-User.
Details about software loading of PLC (ESD) are referred in the
different sections of this specification. They will apply to:
Communication loading
Mass memory loading
Process computations
SOE Point Loading
:
:
:
:
60 %
60 %
60 %
60 %
2) The Diagnostic coverage factor shall be confirmed by the vendor at the time of
offer. The Diagnostic Coverage factor per channel of ESD shall be provided by
the vendor.
SPECIFICATION
SHEET 40 OF 129
SPECIFICATION
SHEET 41 OF 129
Control
Data acquisition and monitoring
Alarming
Logging and report generation
Historical data storage
Trending
2. System shall have some free memory space available for the user and
CPU shall have the additional capability to perform advance control
functions, process optimization programs or generate management
reports as specified in job specification in addition to space requirements.
The availability of process control language shall be preferred.
3. Plant process and safety shutdown shall be independently performed by
programmable logic controller. (PLC shall be communicating with other
sub-systems via communication sub-system)
4. Whenever information network is specified, the system shall meet any or
all the following requirements:1. Centralized information system
2. Statistical process control/statistical quality control
3. Computer integrated manufacturing with information transfer to achieve
functions like production and preventive maintenance scheduling and
plant wide coordination etc.
4. Self documentation
5. Asset Management System( AIMS)
6.2 CONTROLLER AND DATA ACQUISITION SUB-SYSTEM
The controller and data acquisition sub system shall be used primarily
for plant control and data acquisition. However, the hardware and software
SPECIFICATION
SHEET 42 OF 129
SPECIFICATION
SHEET 43 OF 129
(13) In cascade loops, the primary controller shall be able to track the
set point of the secondary controller when the secondary controller
is not operating in cascade mode.
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 44 OF 129
TYPE OF INPUT
Analog
Analog output
Discrete
SPECIFICATION
SHEET 45 OF 129
SPECIFICATION
SHEET 46 OF 129
SPECIFICATION
SHEET 47 OF 129
SPECIFICATION
SHEET 48 OF 129
SPECIFICATION
SHEET 49 OF 129
SPECIFICATION
SHEET 50 OF 129
2. The system shall be able to display and print out the alarm history of
minimum of 10000 alarms.
3. Alarms shall be listed in the form of alarm lists like List I, List II, List
III etc. The minimum number of alarm points per list shall be 1000.
6.3.3.4 SYSTEM ALARM
1. System shall have capability of on-line self diagnostics and to be
displayed to operator as a system alarm.
SPECIFICATION
SHEET 51 OF 129
SPECIFICATION
SHEET 52 OF 129
SPECIFICATION
SHEET 53 OF 129
SPECIFICATION
SHEET 54 OF 129
electronics.
SPECIFICATION
SHEET 55 OF 129
engineers console.
(22)Accesses to the engineering station shall be protected by using
soft key or hard key.
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 56 OF 129
SPECIFICATION
SHEET 57 OF 129
SPECIFICATION
SHEET 58 OF 129
1) Maximum number of input/output per I/O module shall be not more than
sixteen.
2) Each I/O shall be isolated from external control circuit by suitable means. The
minimum isolation level between I/O and logic circuit shall be 1000 volts DC.
3) Each I/O shall be protected against the reversal of polarity of the power
voltage to I/O.
4) Each I/O module shall have a status LED per channel to indicate the status of
each input and output.
5) Response time for I/O (ON to OFF and OFF to ON) shall be 10ms maximum.
6) Each input shall be provided with filters to filter out any noise in the input line
and contact bouncing noise.
7) The PLC inputs shall be provided with only dry contacts (potential contacts)
unless otherwise specified, all inputs shall preferably be double ended. i.e.
two wires per input and not with common return for all inputs.
8) The interrogation voltage to the input contacts shall be powered from separate
power supply/supplies or shall be part of PLC.
SPECIFICATION
SHEET 59 OF 129
11) It shall be possible to print out the ladder/ logic diagram on the dedicated
PLC printer. The printer in addition shall also print out:
SPECIFICATION
SHEET 60 OF 129
SPECIFICATION
SHEET 61 OF 129
APPLICABLE FOR
1.
2.
3.
VOLTAGE
RATING
110 V D.C.
CURRENT
RATING
3A /1A
5.0 A
2.0 A
SPECIFICATION
SHEET 62 OF 129
SPECIFICATION
SHEET 63 OF 129
SPECIFICATION
SHEET 64 OF 129
No. OF NODES
STANDARD
WITH
BUS
EXPANSION
7.
No.
CONSOLES
OF COMPUTER
INTERFACE
OTHER
SYSTEM
k.
Hardwired Instruments :
Required
Model
no._____________
SPECIFICATION
SHEET 65 OF 129
Standard
Interface
available
for
Supervisory Computers: Vendor to specify.
9.
10.
DESCRIPTION
VOLTAGE(V)
FREQUENCY(Hz)
MAXIMUM STATIC
TRANSFER
TIME(ms)
b.
c.
SUPPLIED
110 +,- 10% UPS
50 +,- 3%
5
PERMISSABLE
110 + 10% -15%
50 +3%- 6%
20
REMARKS
: 110V +, - 10%
: 110V AC, 50 Hz.
SPECIFICATION
SHEET 66 OF 129
13.
Earthing Requirements:
a.Type of earthing system
TYPE
OF REQUIRE
EARTHING SYSTEMS
D
ZENER
BARRIER
EARTH
SYSTEM EARTH
ELECTRICAL EARTH
PLC EARTH
:
RESISTANCE UPTO EARTH
PIT
1 OHMS OR LESS
15.
: Vendor to specify.
Installation details
Type of foundation required
a.
Max. Loading for foundation design
b.
Operating Environment
Temperatura
Humidity
REMARKS
1 OHMS OR LESS
1 OHMS OR LESS
1 OHMS OR LESS
filled by Vendor)
: On false flooring
:592 kg/m3
Communication Topology
: Open-ended
Redundancy in Communication
: Required
Type of Bus Redundancy
: Active
Switchover of Communication buses
: Auto & Manual
Type of communication Bus
: Full Deterministic
Type of Communication
: Floating Master
Type of Protocol
: Token Passing
Communication Speed
: Min. 100 MBPS
Message error checking
CRC : Required
Bus controller
: Not required
Redundant Communication Interfaces required for:
Controller & Data Acquisition Sub system : Required
a.
Controller sub system
b.
:Not required
Data acquisition sub system
c.
:Not required
d.
: Required
SPECIFICATION
SHEET 67 OF 129
12.
:________________
: _________________
8.2.2
1.
2.
3.
4.
5.
8.2.3 SPECIFICATION
Type
1.
2.
Enclosure
: Required
: Required
: General purpose
8.2.4
1.
2.
Type of controller
Multi loop Controller
Indicating
Display
: Multi Loop
: Blind
: Not Required
SPECIFICATION
SHEET 68 OF 129
Mounting
No of loops per Controller
loading.
Backup Controller
Switchover Time
Scan time (closed loops)
loopsMax.250 mS. For other loops max. 500 ms.
Configuration from
MTBF
MTTR
Control Mode
4.
Tuning Constants
TUNING
CONSTANT
PROPORTIONAL
BAND
INTEGRAL RATE
DERIVATIVE
DEAD TIME
Manual
Auto
Cascade
Computer
REQUIRED
1-180 %
0.05-100
REPEATS
PER MIN
0.01 10 MIN
0.07 10 MIN
OFFERED
REMARKS
0.005 10 MIN
SPECIFICATION
SHEET 69 OF 129
9.
: Required
: Required
: Required
: Required
: Required
:Required for
all Ctrls.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Mounting
: Rack Mounting
Number of Inputs per Processor
Analog
: Max. 16 points
Digital
: Max 32 Points.
Conformal coating : Required for Corrosive
atmosphere
Processor Redundancy
: Required ONE to ONE.
Processor Switch- over time
: 1 mSec.
Control Cycle time
:______( to be filled by Vendor)
Configuration from
: Central level (from Operator
Station)
MTBF
:______( to be filled by Vendor)
MTTR
:______( to be filled by Vendor)
Model No
:______(to be filled by Vendor)
Input Isolation
:Required (galvanic / optical)
Output Isolation
:Required (galvanic / optical)
TYPE OF INPUT MODULES
TYPE
OF
MODULE
INPUT MODEL
NO.
4-20mA DC (2 WIRE)
IS
BARRIER
IS
BARRIER
1-5 V DC ( 2 WIRE)
IS
MODULE
OFFERE
D
BARRIER
THERMOCOUPLE
IS
SPECIFICATION
SHEET 70 OF 129
BARRIER
GROUNDED
GROUNDED
ANSI MC 96.1
&
AS
UN
PER
RTD
IS
BARRIER
N.A
:-
POTENTIAL
RS 232 / R485
13TYPE OF ANALOG OUTPUT MODULES
TYPE
OF
OUTPUT MODEL ISOLATION
MODULE
NO.
4-20mA DC (2 WIRE)
14
MODULE
OFFERE
D
IS.
BARRIER
TYPE OF
MODULE
POTENTIAL
CONTACT
DISCRETE MODEL
NO.
ISOLATIO
N
NO.
OF MODULE
INPUT
AVAILBL
PER
E
MODULE
FREE
NO. OF MODULE
INPUT
AVAILBLE
PER
MODULE
Intrinsically safe
: Required
: Yes
MODULE
OFFERE
D
SPECIFICATION
SHEET 71 OF 129
:Required _____________
: Required
: Required
OFFERED
BY
VENDOR
IF VOLATILE
ERASIVE
BATTERY BACK UP
NON
ERASIVE
BATTERY LIFE
ERASING BY
BATTERY TYPE
OFFERED BY
VENDOR
CHARGEBLE
CONTINUOUS
CHARGE
TRICKLE
CONFIGURATION
72
HRS.PROTECTION
TIME(
INCASE OF POWER FAILURE)
BATTERY DRAIN INDICATION.
25
ALGORITHMS
ALORITHIMS
REQUIRED
PID FUNCTIONS
OFFEREDBY
VENDOR
SPECIFICATION
SHEET 72 OF 129
a. MANUAL LOADER
b. CASCADE ( WITH SET POINT
TRACKING)
HIGH ALARM LIMIT
c. EXTRA HIGH ALARM
d. LOW ALARM
e. EXTRA LOW ALARM
f. RATE OF CHANGE ALARM
g. DEVIATION ALARM
CONTROL
ALORITHMS
a. PROPORTIONAL CONTROL
b. PI
c. ERROR SQUARE PID
d. ADAPTIVE GAIN
e. RATIO CONTROL
f. PID WITH DEAD BAND
ARITHMETIC
FUNCTIONS
a. ADDITION / SUBTRACTION
b. DIFFERENCE
c. MULTIPLICATION
d. DIVISION
e. ABSOLUTE VALUE
f. SQUARE ROOT
h. SQUARE
i. AVERAGE
j. SUMMATION(INTEGRATION)
k. BIAS
SPECIFICATION
MUMBAI-400 074.
SHEET 73 OF 129
DYNAMIC FUNCTIONS
a. LEAD / LAG
b. DEAD TIME
c. TIMER
d. FEED FORWARD
e. VELOCITY LIMIT
f. TOTALIZE
LIMITER
COMPARISON
a. GREATER THAN
b. LESS THAN
c. GREATER OR EQUAL
e. LESSER OR EQUAL
d. EQUAL
e. NOT EQUAL
SELETOR
a. LOW SELECTOR
b. HIGH SELECTOR
SPECIFICATION
MUMBAI-400 074.
SHEET 74 OF 129
a. AND
b. OR
c. NOR
e. NOT
f. XOR
g. ON / OFF DELAY
h. FLIP-FLOP
i. PULSE
SEQUENCE
FUNCTION
MISCELLANEOUS
FUNCTIONS
a.
BUMPLESS
TRANSFERS
BETWEEN ALL CONTROL MODES
SPECIFICATION
MUMBAI-400 074.
SHEET 75 OF 129
8.2.6
1.
: One
2.
: One
3.
4.
Microprocessor type
: 32 Bit
5.
:________( to be filled by
Vendor)
6.
Memory size
:Min 1 GB
7.
8.
9.
: Required
: Same as Operator
1.
b.
: Required
c.
: Required
d.
: Required
e.
: Required
f.
: Required
g.
: Required
12.
MONITOR specification
13.
14.
15.
: Required
: Optical
Barrier
Peripheral requirements
a.
Printer (Laser)
: Required
b.
: Required
SPECIFICATION
SHEET 76 OF 129
: Required
Offered _________
: Required
Offered _________
: Required
Offered ___________
: Required
Offered __________
: Required
Offered __________
7. No. copies
: Not required
9. Acoustic cover
: Required
Offered __________
Pin feed
: Required
Offered __________
: Required
As Read.
: Required
Offered ___________
: Required
Offered ___________
SPECIFICATION
SHEET 77 OF 129
OFFERED
LESS THAN
WITH COVER
45 DBA
WITHOUT COVER
: Required
Offered __________
: Required
Offered___________
3. Printing speed 300 Lines per minute
: Required
Offered___________
: Required
Offered ___________
5. Paper width
Approx. 381 mm
: Required
Offered___________
6. Paper type
: Required
Offered ___________
7. No. copies
:( to be filled by
Vendor)
: Required
9. Acoustic cover
: Required
Offered ___________
Pin feed
:Required
Offered ___________
:Required
SPECIFICATION
MUMBAI-400 074.
SHEET 78 OF 129
:Required
Offered ___________
13. Mounting
: Required
Offered ___________
14. Noise level (in DBA) while printing at 1 Meter distance
REQUIRED
OFFERED
LESS THAN
WITH COVER
45 DBA
WITHOUT COVER
: One
Model no.___________
: Required
Offered ___________
Approx. 96 Characters
: Required
Offered ___________
: Required
Offered ___________
: Required
Offered ___________
: Required
Offered ___________
7. No. copies
: Not
Required
9. Acoustic cover
10. Paper feed
: Required
Offered ___________
Pin feed
: Required
Offered ___________
SPECIFICATION
SHEET 79 OF 129
: Required
As Reqd.
: Required
Offered ___________
: Required
Offered ___________
15.
REQUIRED
OFFERED
LESS THAN
WITH COVER
45 DBA
WITHOUT COVER
:ONE
No. printers
Model no.___________
8.2.10 COLOR HARD COPY UNIT
1.Type of Hard copy unit
: Laser type
: Required
Offered ____________
: Required
Offered ____________
REQUIRED
OFFERED
Printer type
Paper size
Resolution640 dots / line
High voltage protection Reqd.
SPECIFICATION
As Reqd.
: Required
Offered __________
: Required
Offered __________
INTERFACE-WITH-PLC
1. Type of interface
SERIAL
ACTIVE
: Vendor to specify
: Required
: Required
to
: DUPLEX
SPECIFICATION
SHEET 81 OF 129
Type of interface
IEEE 802.3
ETHERNET
Communication Protocol
: Required
: Required
2.
: Min ONE.
3.
4.
: DUPLEX
: Required
: Required
: Required
: Required
: 50 x 50 x 4 mm
Lifting Bolt
: Required
: Required
: Fixed
f) Ventilation
SPECIFICATION
SHEET 82 OF 129
8.5 Wiring
110v AC UPS Wiring
I.
II.
III.
IV.
:Required
: Required
: Required
TYPE
COLOR
RED
NEUTRAL
BLACK
EARTH
GREEN
OFFERED
SPECIFICATION
SHEET 83 OF 129
8.6
POSITIVE
RED
NEGITIVE
BLACK
POSITIVE
YELLOW
NEGITIVE
YELLOW
POSITIVE
RED
NEGITIVE
BLACK
POSITIVE
WHITE
NEGITIVE
BLACK
POSITIVE
WHITE, WHITE
NEGITIVE
BLUE
POSITIVE
BLUE
NEGITIVE
WHITE
Engineering Guidelines
SPECIFICATION
SHEET 84 OF 129
SPECIFICATION
SHEET 85 OF 129
: required
: required
: required
: required
: required
c) Memory Type
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 86 OF 129
Flash Memory
: required
d) Memory Capacity
: vendor to specify
: vendor to specify
: should be >50%
g) Memory type
h) Memory If Volatile
: Vendor has to
specify the following
1.
2.
3.
4.
5.
6.
Battery backup
Battery life
Battery type
Chargeable
Battery drain indication
Incase of power Failure
protection of configuration required
: required
: (vendor to specify)
: (vendor to specify)
: yes, required
: required
: Minimum 72 hours
: required
offered __________
: required
offered __________
: vendor to specify
: vendor to specify
m) System Clock
: RTC
n) SOE
: 1 mSec
: 60% (maximum)
SPECIFICATION
SHEET 87 OF 129
: required
e) Input isolation
f) Output isolation
: required
: Dual redundant power supply
: Dual redundant
SPECIFICATION
SHEET 88 OF 129
n) Output Module
Output type
1) Output capable of driving 110VDC, 23W solenoid valves
through interposing relays, indicating lamps etc.
2) Output for communication with centum DCS system.
3) Output capable for energizing ignition transformer
(transformer input supply is 110VAC)
4) Potential free contact outputs for alarm annunciation
o) Max. Number of outputs per output module
p)
q)
r)
: 16
(Offered:
vendor to specify)
: (vendor to
specify)
Mounting rack
: 19 rack.
Process input bypass switch (Rotary)
: required
(hardwired with indication lamps)
Installation Location
b)
Monitor
e) Printer
: required
SPECIFICATION
SHEET 89 OF 129
: vendor to
specify
g) Printer speed
: vendor to
Specify
: 110VAC, 50
Hz (UPS)
: vendor to
specify
specify
c) Total time for displaying alarm generated by PLC on DCS : vendor to
specify.
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 90 OF 129
b)
c)
d)
e)
f)
g)
: 110VAC+/-10%,
: 110DC/24VDC
: 110 VDC
: 110VDC/24VDC
: 110VAC
: 110VAC (UPS)
: vendors scope
5. CPU fault.
6. Input/ output module fault
7. Communication bus failure etc.
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 91 OF 129
Panel thickness
Flush pull handle
Channel base
Lifting bolt
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 92 OF 129
3) WIRING:
b) Signal wiring
: minimum 7 strand, 20
: RED
: BLACK
: GREEN
DC WIRING
POSITIVE : RED
NEGATIVE : BLACK
ALARM SYSTEM : WHITE
CONTROL/SHUTDOWN CABLE : YELLOW
MCC WIRING
: GREY
d) Terminal block
stack type
e) Terminal size for power cable : suitable for 2.5 sqmm
cable
f) Terminals type
: Screw clamp type with
pressure plat
SPECIFICATION
SHEET 93 OF 129
General
package.
SPECIFICATION
SHEET 94 OF 129
SPECIFICATION
SHEET 95 OF 129
SPECIFICATION
SHEET 96 OF 129
due date and final approval of change (if any) shall be issued by Control
System Manufacturer and submitted to Buyer.
SPECIFICATION
SHEET 97 OF 129
DCS
PLC
Description
SPECIFICATION
NOTES:
X = test to be performed for all the equipment
S = test to be performed as sample
10.5.0
SOFTWARE TEST
All the functions both standard and specific for the project will be
checked to verify that the system will work as desired and needed
by process requirements to give BPCL Mumbai refinery effective
and friendly means to handle the plant.
The following table details the applicability of the Software tests to the
items under scope of supply.
Test Description
DCS
PLC
NOTES:
X = test to be performed for all the equipment
S = test to be performed as sample
SPECIFICATION
SHEET 99 OF 129
SPECIFICATION
SHEET 100 OF 129
General
The following points outline the tests which will be performed during the
Factory Acceptance Test and how they will be carried out. The system
shall be always under power during the entire check period with one
printer always on line to print any kind of errors which could occur (where
applicable). The print out can be attached to the Factory Acceptance Test
report.
The applicability of the following tests is for reference only and shall be
integrated with all the Software functions detailed by the system
documentation.
10.8.2
10.8.3
4. Processor
BACK-UP CARD
5. Communication BACK-UP CARD
6. Power Supply
BACK-UP CARD
BHARAT PETROLEUM CORPN.LTD.
MUMBAI REFINERY, MAHUL,
MUMBAI-400 074.
SPECIFICATION
SHEET 101 OF 129
SPECIFICATION
SHEET 102 OF 129
10.9
Procedure for carrying out SAT shall be submitter by vendor for BPCL approval.
All the equipment shall be checked thoroughly after its installation and
commissioning. The Tests. As a minimum shall include,
1 Visual and mechanical testing.
2 Redundancy checking of all the redundant units like, Controller,
Communication bus, Sub communication I/O modules, power supply unit
etc.
3 Demonstration of all system diagnostics features.
4 Checking of communication between DCS and PLC and PLC and
Programming unit.
5 Checking of changeover of redundant devices.
6 Demonstration of all system functions.
7 Checking of proper functioning of DCS/PLC programming unit, PLC
printer.
8 Complete checking of DCS/PLC system.
9 Complete engineering configuration of DCS and PLC including Graphics
tuning, FLD.
11.1 GENERAL TERMS AND CONDITIONS.
11.2 General
SPECIFICATION
SHEET 103 OF 129
system.
SPECIFICATION
SHEET 104 OF 129
mentioned shall be four plus one set of soft copy. Vendor to provide
following as built documents.
SPECIFICATION
SHEET 105 OF 129
SPECIFICATION
SHEET 106 OF 129
SPECIFICATION
SHEET 107 OF 129
SPECIFICATION
SHEET 108 OF 129
SPECIFICATION
SHEET 109 OF 129
13) The storage of equipment at site shall be vendor's responsibility for all the
equipments supplied by them. Non air-conditioned space could be
provided to the vendor if the control room is not ready at the time of
equipment receipt at site.
14) All necessary hardware/software/licenses and engineering required for
successful augmentation/ up-gradation / extension of present system
without affecting the existing system shall be provided by the vendor.
15) Vendor to note that all hard discs of server/ PC grade machines shall be
sized with at least 50% spare availability for application area.
16) As a execution methodology vendor shall prepare a detailed work
schedule for the phase wise installation and commissioning of the system
which shall be approved by BPCL..
SPECIFICATION
SHEET 110 OF 129
5
6
Methodology of execution
Vendors responsibility
SPECIFICATION
SHEET 111 OF 129
4) Section IV shall include the following details separately for each system
item i.e. DCS, PLC etc.
1 System proven-ness
2 A drawing showing the offered system architecture and all
subsystems offered by the vendor.
3 A single line diagram showing interconnection of all hardware
functional modules subsystem-wise, e.g. I/O modules, controller
modules, communication subsystem interface module etc. for
each system item.
4 Detailed functional description for each system item explaining
how the system meets each of the functional requirements
specified in the requisition.
5 Vendor to explain redundancy levels and methodology of
change-over at each
6 processor level i.e. I/O module, Processor module and
communication at Processor and network level (for controller,
console)
7 Vendor to explain availability of Diagnostics at various levels
with the system.
8 Vendor to explain data storage and retrieval capability of the
system.
9 Vendor to explain with respect to offered add-on hardware and
software explaining how Time Synchronization of Complete
System from external clock is achieved.
10 Vendor to forward detailed explanation as to how they propose
to meet the 20% future expansion requirements with respect to
hardware and software
5) Section V shall include the following details separately for DCS./PLC
Vendor shall include printed literature to support and clearly explain as to how
each subsystem fits into the functional requirements specified in the
requisition.
1) Vendor to furnish the following documents
9) Sizing calculation for controller and data acquisition
sub-system considering loading and scan time
requirements specified in the detailed specification.
Considering the additional I/O are in each system.
SPECIFICATION
SHEET 112 OF 129
4) Calculations for 30 days Historical Trending for all analog points at the
rate of 1 (one) minute sample time.
5) Vendor to specifically indicate the availability of the following system
alarms:
For DCS and PLC
1 Channel failure alarm of main as well as back-up I/O module.
2 Module failure alarm of main as well as back-up module.
3 Availability of PLC system alarms on DCS operator console.
4 Power supply failure alarm.
5 Fan failure and cabinet temperature high alarm
6 Main and redundant bus failure alarm
7 I/O channel latent fault (permanent open / short) detection and
alarming
8 for PLC only.
9 Barrier failure diagnostic
10 Disc failure alarm. In case of dual disc configuration, Main as
well as Redundant disc.
11 Redundant device failed to take-up
6)Vendor to furnish following details
1) Update rate on DCS console.
2) Update rate for data from PLC to DCS console and vice versa.
3) Console switch over time in case of Redundant Console
electronic type systems.
7) Vendor shall include any other information not mentioned in the data
sheets but important or required to be furnished to support and explain
the functional requirements for the system. The additional information
shall be provided on separate sheets and shall be attached to appropriate
data sheet.
8) Vendor shall furnish all the data and drawing required . Vendor shall
also furnish data for power consumption, ventilation and air conditioning
SPECIFICATION
SHEET 113 OF 129
SPECIFICATION
SHEET 114 OF 129
SPECIFICATION
MUMBAI-400 074.
SPECIFICATION
MUMBAI-400 074.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Description
Removal of Existing Centum XL DCS along with complete
System, Analog and Digital marshalling and PDB Cabinets,
Relays and accessories etc. as per annexure V.
Supply of Redundant DCS Rack, CPU, Communications
Modules etc.
Supply of Redundant I/O modules (AI,DI,DO,T/C & RTD)
details as per Annexure VII.
Supply of System cabinets
(2200mmHx1200mmWx1200mmD) with Glass door along
with all the required accessories
Supply of Analog and Digital Marshalling and Relay Cabinets
with all the accessories like Relays/barriers, Converters etc
mounted. And wired.
(2200mmHx1200mmWx1200mmD)
Supply of PDB cabinet (2200mmHx1200mmWx1200mmD)
with Voltmeter, Ammeter, MCBs, Bus Bar with inter-panel
wiring and termination etc.
Supply of HWC along with PBS, Selector switches, Feedback
lamps and terminal blocks including inter-panel wiring etc
UOM
Lot
4 set
Lot
4 set
Lot
Lot
Lot
3 set
Lot
Lot
Lot
Lot
SPECIFICATION
SHEET 117 OF 129
14.
15.
16
17.
18.
19.
20.
4 set
Identification of Existing Field cables in Control room, Deglanding the same and Glanding to New Cabinets, Including
Ferruling and Termination as per new Engineering.
Laying of Power and Signal cables for Inter-panel wiring
including cable supply. Supply and laying of power cable as
Lot
1 set
2 set
1 set
1 set
Lot
Lot
SPECIFICATION
SHEET 118 OF 129
Lot
23.
24.
Lot
25.
Lot
26.
Lot
22.
29
Lot
Lot
Lot
Note:
1. The above BOM is indicative only. Vendor to quote as per their terms
and condition. However make sure that all the above items are covered.
2. For Sr.13, 14 and 15 the furniture shall be mutually decided after
discussing available options and suitability conditions etc.
SPECIFICATION
SHEET 119 OF 129
Annexure - IV
S/N
UOM
Lot
11.
Lot
12.
2 sets
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
4 set
Lot
4 set
Lot
Lot
3 set
Lot
Lot
Lot
SPECIFICATION
SHEET 120 OF 129
2 set
15. Identification of Existing Field cables in Control room, Deglanding the same and Glanding to New Cabinets, Including
Ferruling and Termination as per new Engineering
16. Laying of Power and Signal cables for Inter-panel wiring
including cable supply. Supply and laying of power cable as
per load requirement from UPS room to control room (
Distance approx 100 meters)
17. Detailed Engineering service including generation of Functional
Logic Diagrams, PLC Engineering and Project Engineering
services etc
18. Erection Installation and Commissioning of Complete system
after removal of all the existing cabinets, termination, Loop
checking and Handing over the system in totality to BPCL.
19. Establishing Communication with existing DCS with required
Hardware and Software etc.
Lot
Lot
Lot
Lot
Lot
Lot
Lot
Lot
Lot
SPECIFICATION
SHEET 121 OF 129
Lot
Note: The above BOM is indicative only. Vendor to quote as per their terms and
condition. However make sure that all the above items are covered.
ANNEXURE V
Sl
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Designation
and
I/O Cabinets with Cards and
Terminals etc
Cabinets along with all the
Relay Cabinets
Relays Terminals etc
Power
Distribution Cabinet along with MCBs and
Cabinets
Terminals etc
Cabinets with Cards and
SER cabinet
Terminals etc
Cabinets with Cards and
SKYD
Terminals etc
Process
operators Cabinets with Cards and
Console
Terminals etc
Cabinets with Cards and
Hardware console
Terminals etc
Cabinets with Cards and
Engineering PC
Terminals etc
Omron relay
with
base
For BOP DCS and PLC
TB16 card
BOP digital i/p card
Bus bar
110 V dc and 24 Vdc
MCB
PDB and other Cabinets
Terminal strips
SER unit
SER system
Bulk power supply
For system cabinets
SKYD
Alarm setter unit
TE08
Digital o/p
PS33
Processor power supply
Processor rack cards FCS processor rack cards
PS31
I/O rack power supply card
Quantity
6 set
2 set
2 set
1 set
1 set
4 set
3 sets
1 set
525
34
12
80
1300
1 set
5
48
6
8
28
50
SPECIFICATION
SHEET 122 OF 129
21
22
23
24
25
26
27
28
I/o cards
PS40
EX1/EA2
Barriers
Printer
Recorder
SLPC
Prefab cable
170
8
35 set
570
4
2 sets
10
200
SPECIFICATION
MUMBAI-400 074.
ANNEXURE VI
Sl
No.
1.
2.
3.
4
5
Designation
andI/O Cabinets with Cards and
Terminals etc
Cabinets along with all the
Relay Cabinets
Relays Terminals etc
Power
Distribution Cabinet along with MCBs and
Cabinets
Terminals etc
Power Supply
A1PS, A2PS, A6PS, A7PS
A3PS to A4PS
CPU
U84-224
Power Supply
P8101
Power Supply
P8054
Switch Module
C8150
Comm. Module
C8110
Aux Comm. module
Remote I/O driver
C8130
local I/O Receiver
C8125
I/O Buffer
B1010
Mount Base
A1BP
Mount Base
A2BP
Mount Base
2A1BP, 3A1BP
2A2BP,
3A2BP,
2A4BP,
Mount Base
3A4BP
Mount Base
2A3BP, 3A3BP
I/P Module
B1057A
O/P module
B1056A
Cable
W1013-1
Cable
W1014-2
Cable
W1011-2
Quantity
7 set
5 set
16 pc
8 pc
8 pc
12 pc
16 pc
4 pc
4 pc
4 pc
4 pc
8 pc
8 pc
4 pc
4 pc
8 pc
16 pc
8 pc
155 pc
100 pc
8 set
8 set
8 set
SPECIFICATION
MUMBAI-400 074.
Cable
Cable
Cable
Cable
Cable
Modem
Bus bar
7
8
Illumination lamp
Fuse
9
10
11
12
Lamps
Contactor
Switch Toggle
13
14
15
16
17
18
MCB
O/E/N Relay Board
Socket Switch
Door limit Switch
Transformer
19
20
Cable
Terminals
Double
Terminal
Switch Toggle
21
22
Annunciator
Deck
W-1022
W1017-T01
WE02-15
WE17-15
WE14
J1078
BB1, BB3, BB5, BB7, BB9
BB2, BB4, BB6, BB8, BB10
E11-E13
F1, F2
F3
F4, F5
H1 to H7
K111
Q1, Q2
Q3
Q4
Q5
Q6
Q7
Q8
Q9
Q10
RD1-RD30
S30
S50 to S52
T1
T2, T3
X1 to X4
24 set
8 set
8 set
8 set
4 set
16 pc
20 set
20 set
24 pc
8 pc
4 pc
8 pc
28 pc
4 pc
8 pc
4 pc
8 pc
8 pc
8 pc
8 pc
8 pc
8 pc
8 pc
120 set
8 pc
12 pc
4 pc
8 pc
800 set
4pc
1500 pc
8 pc
S1, S2
Complete BMS Plaque Panel
along with its wiring, Selector
switches
and pushbuttons,
bulbs etc.
3-set
IIC make Annunciator
5x4
window
3-set
SPECIFICATION
MUMBAI-400 074.
ANNEXURE VII
I/O COUNT FOR DCS AND PLC
DCS I/O COUNTS - PER BOILER
20%
TYPES QTY/BOLIER SPARE
AI
100
AO
35
DI
40
DO
16
DCS I/O COUNTS - BOP
20%
TYPES QTY
SPARE
AI
214
AO
36
DI
180
DO
16
PLC I/O COUNTS - PER BOILER.
20%
TYPES QTY
SPARES
AI
20
DI
285
DO
175
PLC I/O COUNTS - BOP
20%
TYPES QTY
SPARES
DI
125
DO
48
20
7
8
4
43
9
36
4
4
57
35
25
10
TOTAL
QTY/BOILER
TOTAL
COUNTS
TOTAL
QTY/BOILER
TOTAL
QTY/BOILER
120
42
48
20
257
45
216
20
24
342
210
150
58
TOTAL
COUNTSFOR
THREE
BOILERS
360
126
144
60
SPECIFICATION
SHEET 126 OF 129
Note: 1.Control Station shall be segregated boiler wise i.e. three control
stations for three boilers and one separate Control station shall be for BOP.
2. PLC shall be separate for each Boiler i.e. three PLC for three boilers and
one separate PLC shall be for BOP.
Annexure VIII
List of Documents to be issued after placement of P.O by BPCL.
1. Cable/Junction Box Schedule
2. Functional Logic Schematics
3. Back up of existing Ladder Logics
4. Existing Panel/Relay Arrangement Drawing
5. Back up of DCS system/application software.
6. Loop drawing of DCS and PLC.
7. Existing Control room layout.
SPECIFICATION
SHEET 127 OF 129
Annexure IX
SPECIFICATION
MUMBAI-400 074.
SPECIFICATION
MUMBAI-400 074.
Note:
The above scheme of 24VDC power supply distribution dwg is only for
reference / guidance. However actual rating of MCB and wiring shall be as
per project requirement
SPECIFICATION
(To be executed on plain paper and applicable for all tenders of value above
Rs. 1 crore)
INTEGRITY PACT
Between
Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The
Principal",
And
..hereinafter
Bidder/Contractor/Supplier"
referred
to
as
"The
Preamble
The Principal intends to award, under laid down organization procedures,
contract/s for ..The Principal values full compliance with all
relevant laws and regulations, and the principles of economic use of
resources, and of fairness and transparency in its relations with its Bidder/s,
Contractor/s and Supplier/s.
In order to achieve these goals, the Principal cooperates with the renowned
international Non-Governmental Organisation "Transparency International"
(TI). Following TI's national and international experience, the Principal will
appoint an Independent External Monitor who will monitor the tender process
and the execution of the contract for compliance with the principles
mentioned above.
Section 1 - Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
1) No employee of the Principal, personally or through family
members, will in connection with the tender, or the execution of the
contract, demand, take a promise for or accept, for himself/herself
or third person, any material or immaterial benefit which he/she is
not legally entitled to.
2) The Principal will, during the tender process, treat all Bidders with
equity and reason. The Principal will, in particular, before and
during the tender process, provide to all Bidders the same
information and will not provide to any Bidder confidential /
1-
1-
3) The Principal will exclude from the process all known prejudiced
persons.
(2) If the Principal obtains information on the conduct of any of its employees
1-
2-
(1) If the Principal has disqualified the Bidder from the tender process prior
to the award according to Section 3, the Principal is entitled to demand
and recover from the Bidder liquidated damages equivalent to Earnest
Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if
the Principal is entitled to terminate the contract according to Section 3,
1-
3-
(3) The Bidder agrees and undertakes to pay the said amounts without protest
or demur subject only to condition that if the Bidder / Contractor/Supplier can
prove and establish that the exclusion of the Bidder from the tender process
or the termination of the contract after the contract award has caused no
damage or less damage than the amount of the liquidated damages, the
Bidder / Contractor/Supplier shall compensate the Principal only to the extent
of the damage in the amount proved.
(1) The Bidder declares that no previous transgression occurred in the last 3
years with any other Company in any country conforming to the TI
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 the contract, if already awarded,
can be terminated for such reason.
Section 6 - Equal treatment of all Bidders / Contractors
/Suppliers/ Subcontractors
-4-
Vigilance Office, the Monitor may also transmit this information directly to
the Central Vigilance Commissioner, Government of India.
(8) The word 'Monitor' would include both singular and plural.
1-
5-
For the Principal
For the Bidder/Contractor/
Supplier
Place Witness 1 :
(Signature/Name/Address)
Date . Witness 2 :
(Signature/Name/Address)
-6-