59
!"#$# %&#’#() !*)*+,- #’#*( $./() !*()(0*1+0*(*12-/() !*(+*(3+ ,#&/ 4&#5# 6 54&#5# 6 5.4&#5# Ref.No.:NFV/PUR/BIC101282/1101923E Dated: 25-03-2011 To, NIT NO. NFV/PUR/BIC101282/1101923E DUE ON 29-04-2011 (refer Clause Nos. 1.3.0, 1.4.0 & 1.5.0 below) Type of Bid Two Stage (i.e. Un priced Techno- Commercial Bid & Price Bid in separate sealed envelopes) [refer Clause Nos.1.2.1 & 1.2.2 below] EMD Rs. 1 Lakh or equivalent in Foreign currency – as per clause no. 5.0 below SD-CUM-PBG !"#$ %&’ Dear Sirs, Sealed offers are invited under “TWO PART BID SYSTEM” for items mentioned hereunder:- S.No. NFL Matl Code Description Unit Quantity 1. IP4210002 Supply, Erection & Commissioning of DCS & BMS PLC system complete with all the Hardwares, Softwares, Design, Engineering, Documentation, Training, Spares and Additional material required for upgradation of exiting control system of HRU-1/2/3 and Common section. The detailed Specification and other requirement shall be attached herewith. SET 1 Following attachments are also part of Technical Specifications and Tender Documents: (i) Annexure-I: Technical Specifications, which contain following subsections: Annexure-I(A): Eligibility Criteria Annexure-I(B): Technical Specification for DCS & BMS PLC for CPP Annexure-I(C): Control System Configuration for Captive Power Plant Annexure-I(D): Existing Layout of the CPP Control Room Annexure-I(E): List of Major items of existing SLPC, DCS & BMS PLC Systems for which rebate is to be offered under buyback. (ii) Annexure-IIA(i): Schedule of rates for supply of material for DCS as per BOM (iii) Annexure-IIA(ii): Schedule of rates for supply of material for BMS PLC System as per BOM (iv) Annexure-IIB(i): Schedule of rates for Mandatory spares @ 20% of installed quantity or minimum one for DCS. (v) Annexure-IIB(ii): Schedule of rates for Mandatory spares @ 20% of installed quantity or minimum one for BMS PLC System. (vi) Annexure-IIIA: Price Bid Format for Supply of Total system of DCS & BMS PLC System for Indian Bidders. Rebate offered for the existing system under buyback scheme may also be indicated under separate column. (vii) Annexure- IIIB: Price Bid Format for Supply of Total system of DCS & BMS PLC System for foreign Bidders. Rebate offered for the existing system under buyback scheme may also be indicated under separate column. (viii) Annexure- IV: Price Bid Format for Common Services, Erection & Commissioning of both the complete system i.e. DCS & BMS PLC systems. (ix) Annexure-V: Bid Security Format (x) Annexure-VI: SD-cum-PBG Proforma (xi) Annexure-VII- Specific Confirmation by the bidder.

BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

  • Upload
    vandien

  • View
    224

  • Download
    1

Embed Size (px)

Citation preview

Page 1: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

���������������� ���������������������� ���������������

���������������������� ��!������"#$#��� �����%�&#�'�#�(�)��!*��)*+�,-�#�'�#�*�(��

$.��/�(�)��!*��()(0*��1+�0*��(*1�2�-/�(�)��!*���(+�*��(3+�

,#��&/������4�&#5�#�6�5����4�&#5�#�6��� �5.����4�&#5�#��

Ref.No.:NFV/PUR/BIC101282/1101923E Dated: 25-03-2011 To,

NIT NO. NFV/PUR/BIC101282/1101923E DUE ON 29-04-2011

(refer Clause Nos. 1.3.0, 1.4.0 & 1.5.0 below) Type of Bid Two Stage (i.e. Un priced Techno-

Commercial Bid & Price Bid in separate sealed envelopes) [refer Clause Nos.1.2.1 & 1.2.2 below]

EMD Rs. 1 Lakh or equivalent in Foreign currency – as per clause no. 5.0 below

SD-CUM-PBG �� ������������������������ ����������� ������������� ��������� ����!"#�� �$�� ��� �

������%�&��' Dear Sirs, Sealed offers are invited under “TWO PART BID SYSTEM” for items mentioned hereunder:- S.No. NFL Matl

Code Description Unit Quantity

1. IP4210002 Supply, Erection & Commissioning of DCS & BMS PLC system complete with all the Hardwares, Softwares, Design, Engineering, Documentation, Training, Spares and Additional material required for upgradation of exiting control system of HRU-1/2/3 and Common section. The detailed Specification and other requirement shall be attached herewith.

SET 1

Following attachments are also part of Technical Specifications and Tender Documents: (i) Annexure-I: Technical Specifications, which contain following subsections:

Annexure-I(A): Eligibility Criteria Annexure-I(B): Technical Specification for DCS & BMS PLC for CPP Annexure-I(C): Control System Configuration for Captive Power Plant Annexure-I(D): Existing Layout of the CPP Control Room Annexure-I(E): List of Major items of existing SLPC, DCS & BMS PLC Systems for which rebate is to be offered under buyback.

(ii) Annexure-IIA(i): Schedule of rates for supply of material for DCS as per BOM (iii) Annexure-IIA(ii): Schedule of rates for supply of material for BMS PLC System as per BOM (iv) Annexure-IIB(i): Schedule of rates for Mandatory spares @ 20% of installed quantity or minimum

one for DCS. (v) Annexure-IIB(ii): Schedule of rates for Mandatory spares @ 20% of installed quantity or minimum

one for BMS PLC System. (vi) Annexure-IIIA: Price Bid Format for Supply of Total system of DCS & BMS PLC System for Indian

Bidders. Rebate offered for the existing system under buyback scheme may also be indicated under separate column.

(vii) Annexure- IIIB: Price Bid Format for Supply of Total system of DCS & BMS PLC System for foreign Bidders. Rebate offered for the existing system under buyback scheme may also be indicated under separate column.

(viii) Annexure- IV: Price Bid Format for Common Services, Erection & Commissioning of both the complete system i.e. DCS & BMS PLC systems.

(ix) Annexure-V: Bid Security Format (x) Annexure-VI: SD-cum-PBG Proforma (xi) Annexure-VII- Specific Confirmation by the bidder.

Page 2: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Note:- (1) Bidders are required to go through the documents thoroughly and ensure submission of bids in time. In case of any doubt regarding terms & conditions and of technical specifications, bidder may get the same clarified well before submission of bids & quote strictly as per the specifications, terms & conditions of NIT. NO REQUEST FOR REVISION OF PRICE-BID WILL BE ALLOWED, WHATSOEVER AFTER BID SUBMISSION. It may also be noted that bid documents are nontransferable. (2) Rebate on existing SLPC, DCS & BMS PLC Systems under buy back scheme. Bidders are requested to go through the existing system details as per Annexure-I(E) of NIT. Accordingly, bidder must indicate the rebate offered on the existing system as per column provided in the price bid format. (3) NFL is applying to Govt. of India/concerned Ministry to approve concessional rate of custom duty for import of items against this case for modernization of existing fertilizer plant under the Custom Notification No. 21 dated 01-03-2002. In case the approvals are granted by the Govt. of India/concerned Ministry, the concessional rate of custom duty, i.e., basic custom duty @ 5% shall be applicable on the import content in case of Indian Vendors. In view of above, bidders should provide the details of imported items to be used for the system, value of import content, normal custom duty rates applicable on the imported items in their offer. Accordingly, bidder should give following details with their price bid. Please also submit unpriced copy of the same. a) Maximum CIF value of the Imported items to be used for the system. Details of imported items, value of import content and normal rates of custom duty applicable on these items must be specified / mentioned. b) Discounted Prices in case of benefit of Custom Notification No.21 dated 01-03-2002, Sr. No. 226, i.e., renovation and modernization of Fertilizer Plant is allowed by the Govt. of India/concerned Ministry and if concessional rate of custom duty as per the said notification is applicable on import content. In this case, NFL shall provide the required approval of the Fertilizer Ministry. However, all formalities of custom authorities shall have to be dealt/done by the suppliers themselves for clearance under concessional rate of custom duty. TERMS AND CONDITIONS: 1.0.0 SUBMISSION OF TENDER 1.1.0 No oral, telephonic, telegraphic tenders will be entertained. 1.1.1 For tenders received in unsealed/stapled/open condition or without superscription, resulting in opening

of tender before due date, the risk and responsibility of losing confidentiality shall rest with the tenderer.

1.1.2 In case tenders are delivered through personal/private courier after opening, it shall be termed as

LATE OFFER and hence likely to be REJECTED. 1.1.3 Techno-Commercial Bid (Unpriced Bid) and Priced Bid will be submitted in two separate envelopes as

in Para 1.2.1 and 1.2.2. Both these envelopes will be put in a third envelope duly super scribed as “Tender No NFV/PUR/BIC101282/1101923E due on 29-04-2011

1.2.1 In the first envelope, tenderer will submit Techno-commercial Bid consisting of following:-

i) Earnest Money Deposit as per clause no. 5.0.0 of NIT. ii) Technical Specifications with detailed technical literature, catalogue and other technical

details. iii) Commercial terms and conditions of supply such as terms for supply on FOB/FCA/FOR

basis giving break up of P&F, excise duty, sales tax, insurance and freight etc. for supply portion as per NIT price bid format.

iv) Delivery period for supply portion and detailed schedule for erection & commissioning activities.

v) One set of these tender documents, including all the Annexures of technical specifications duly signed on each page, towards compliance and acceptance of all terms & conditions,

Page 3: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

vi) Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii), Annexure-IIB(i)

& (ii), Annexure-IIIA or Annexure-IIIB and Annexure-IV indicating applicable rates of taxes and duties, all charges etc on absolute value basis, if any.

viii) Confirmation that validity of bid is for 120 days from the bid opening date ix) Net weight/ gross weight/ dimensions etc. of the items being offered. x) Confirmation that the offered rates shall remain firm till complete execution of supplies.

1.2.2 Second envelope will contain ONLY the ‘Price Bid’ in duplicate on tenderer’s letterhead as per the

“PRICE-BID” format [Annexure-IIA(i) & (ii), Annexure-IIB(i) & (ii), Annexure-IIIA or Annexure-IIIB and Annexure-IV] Vendor shall submit their bids separately for supply and for erection & commissioning i.e., i) Annex-IIA, Annex-IIB and Annex. IIIA or IIIB: for supply portion & ii) Attachment IV for Services.

1.2.3 Foreign bidders shall quote prices on F.C.A.______ AIRPORT basis in case of Airfreighting. The consignment shall be forwarded through our Consolidation-cum-Forwarding Agent (Name and Address shall be informed at the time of placement of Purchase Order) and their House Air Way Bill will only be acceptable in the event of placement of Order. In case of Sea-freighting, prices shall be quoted on F.O.B. SEAPORT basis (Please indicate Port of Embarkation in your quotation). Indian bidders may quote the rates on FOR GUNA basis giving the break up of prices as per price format given in annexure attached for Price Bid Format for Indian bidders at Annexure-IIA(i) & (ii), Annexure-IIB(i) & (ii), Annexure-IIIA.

1.2.4 Bidders are requested to go through the existing system details as per annexure-IE of NIT. Accordingly, bidder must indicate the rebate offered on the existing system as per column provided in the price bid format.

1.2.5 Prices quoted by the bidder shall be fixed and not subject to any escalation whatsoever during the period of bid validity and execution of the Purchase Order/ Work Order. A bid submitted with adjustable price may be treated as non-responsive and rejected. However, variation in statutory Govt. levies and duties like taxes and Excise duty, if any during the scheduled delivery period may be considered by NFL against documentary proof. Please note that no increase in statutory levies shall be allowed after expiry of the scheduled delivery period.

1.2.5 Prices shall be written in both words and figures. In the event of difference, the prices in words shall be valid and binding. Unit prices shall be considered correct in the event of any discrepancy with regard to the total price.

1.2.6 Percentage of Agency Commission, if any, included in quoted prices and payable to your Indian Agents in Indian Currency must be clearly indicated. Agency Commission, if applicable, will be paid after satisfactory receipt and inspection of material at our site. The Name and Address of your Indian Agent should be given in the quotation.

1.2.7 The rates quoted should be written clearly in figures as well as in words, free from any cuttings, addition, erasing or in different ink etc. Overwriting of the rates shall be avoided and the tenderer must sign the overwriting/cuttings etc., if any.

1.2.8 Quoted rate(s) on FOB/FCA________SEAPORT/AIRPORT for foreign bidders and Ex-works prices for Indian bidders will remain firm till the complete execution of the order.

1.3.0 Tender shall be submitted by 1300 hrs. on 29-04-2011. No tender after the specified time and date will

be accepted. NFL will not be responsible for any postal delays/loss. 1.4.0 PART-I (Techno-Commercial Bid) shall be opened at 1430 hrs. on 29-04-2011 in the presence of

tenderers or their accredited representatives, who wish to be present. 1.5.0 PART-II (Price Bid) shall be opened subsequently subject to acceptance of Techno-Commercial Bid.

Opening date will be intimated to all those tenderers, who are found technically & commercially acceptable to NFL.

1.6.0 In case, due to some unforeseen circumstances, the date of receiving/opening of the tender happens to

be a holiday/closed day, the tender will be received and opened on the next working day.

Page 4: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

1.7.0 Incomplete tender submitted with qualifying conditions at variance with the Terms & Conditions of the tender, are liable to be rejected summarily. Therefore, tenderers are advised to scrutinize the terms & conditions of this tender thoroughly.

1.8.0 Only one tender is to be submitted by one tenderer. 1.9.0 NFL will have the right to issue addendum to tender documents to clarify, amend, modify, supplement

or delete any of the conditions, clauses or items stated. Addendum so issued will form part of original invitation to tender.

1.10.0 It shall be certified by the tenderer that none of the NFL employee is related to owners/directors. (In case any relative is working in NFL, furnish details separately).

1.11.0 It shall be certified by the tenderer that none of NFL’s ex-employee is employed with them. (In case any ex-employee of NFL is employed, furnish details separately).

1.12.0 It shall be certified by the tenderer that none of blood relation of the owners/directors is participating in this tender in the name of other firm.

1.13.0 Any clarification on procedure, tender specifications etc. (both technical and commercial) can be had from the office of Deputy General Manager (Materials) any time before tender closing date and either personally or by post/fax/e.mail. Postal delays shall not cause postponement of tender processing dates and tenderers, in their own interest, shall take all steps that are necessary for them to participate in tender well in time.

1.14.0 The interested parties can visit the NFL site, before bid submission for more clarification on procedure, tender specifications etc. (both technical and commercial).

1.15.0 The bidder shall comments to each numbered point of technical specification in confirmation to the requirements and submits the supportive documents/information as asked for. Any deviations, if any should be clearly mentioned by the bidder.

1.16.0 ANY EXCEPTIONS/DEVIATIONS TO THE NIT SHALL BE SPECIFICALLY STATED IN A SEPARATE ANNEXURE TO QUOTATION TITLED “DEVIATIONS”.

2.0.0 POSTPONEMENT OF TENDER OPENING DATE 2.1.0 NFL reserves the right to postpone the tender opening date and/or time and will intimate all the

tenderers well in time, of such postponement along with notice of revised opening date and time. 3.0.0 ACCEPTANCE/REJECTION OF TENDER 3.1.0 NFL reserves the right to accept or reject, at its sole discretion, any bid/all bids, in whole or in part

and/or accepts other than the lowest bid without assigning any reasons thereof. 4.0.0 VALIDITY OF PRICE BID 4.1.0 Tenders must be valid for acceptance for 120 days from the tender opening date. 5.0.0 EARNEST MONEY DEPOSIT (EMD) 5.1.0 Tenders must be accompanied by Earnest Money Deposit of Rs. 1,00,000/=- (Rupees ONE LAKH

only) or equivalent in quoted currency. EMD can be submitted in the form of a: (i) Crossed Demand Draft in favour of National Fertilizers Limited payable at State Bank of

India, Bavrikheda Branch (Code: 8455), NFL Complex, Vijaipur-473 111, Dist.Guna (MP). (ii) Bank Guarantee in the prescribed format from any Scheduled Bank excluding Gramin/ Co-op

Banks. The BG should be valid for a period of minimum 4 months and the party should give an undertaking for extension of the validity of the BG in case the same is desired by NFL (In case the Bank Guarantee is from an overseas bank, the same shall be got counter-guaranteed by an Indian Scheduled Bank).

CHEQUE WOULD NOT BE ACCEPTED IN ANY CASE. 5.2.0 Earnest Money shall be forfeited at the sole discretion of NFL in case the tenderer, after intimation

from NFL of the acceptance of this tender, either wholly or in part fails to enter into a contract with NFL and/or changes any of price and terms and conditions of the tender within the validity period.

5.3.0 Earnest Money deposited by the successful tenderer shall be returned on submission of security deposit.

5.4.0 Earnest Money deposited by unsuccessful tenderer shall be returned as early as possible. 5.5.0 No interest will be paid on the earnest money deposit of either the successful tenderer (s) or

unsuccessful tenderer(s).

Page 5: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

6.0.0 Please submit the tender document fee of Rs. 500/- by way of D.D. in favour of ‘National Fertilizers

Limited’ payable at State Bank of India, Bavrikhera Branch (Code: 8455), NFL Complex, Vijaipur-473111, Distt. Guna (M.P.).

7.0.0 Evaluation of a bid shall be done on the basis of landed cost at Vijaipur and take into account the

following for both the options separately: I) Base price of equipment and materials. II) The cost of spare parts for operation & maintenance spares (Mandatory Spares) as required

by Owner. The two-year spares quantity shall be calculated as 20% of all installed items subject to a minimum of one number of each item after considering the complete package of DCS & BMS PLC Systems including sub-systems. This cost will be added to the equipment cost. Unit Prices of each spare items of the system including erection material shall be quoted for any addition and deletion.

III) Erection and commissioning cost including traveling, boarding & lodging and local conveyance charges.

IV) Training Charges to NFL Personnel including boarding & lodging and local conveyance charges.

V) Per Diem Charges for deputing supplier’s Engineer at NFL site after stabilization of system, if required subject to maximum of 50 man-days. (However, It would be as owner’s requirement)

VI) All taxes/duties/statutory levies like Custom duties, Excise duty, Service tax, Sales Tax, Income Tax, Freight & Insurance etc. as applicable on serial numbers I, II, III, IV & V above.

VII) Rebate offered under buy-back scheme shall be taken into account while evaluating total price.

VIII) Order will not be split and the complete package of DCS & BMS PLC Systems shall be placed on one Vendor only. Accordingly, vendor shall quote their prices as per the format enclosed at Annexure-IIA(i) & (ii), Annexure-IIB(i) & (ii), Annexure-IIIA or Annexure-IIIB and Annexure-IV.

8.0.0 GUARANTEE 8.1.0 Vendor shall be completely responsible for the quality of the system supplied and shall guarantee for

satisfactory performance for the period of 18 months from the date of dispatch or 12 months from the date of commissioning.

8.2.0 Performance Guarantee i) The Contractor shall guarantee that the performance of the DCS & BMS PLC System supplied under

the Contract shall be strictly in conformity with the Specifications and shall carry out the duties specified under the contract.

ii) If the performance of the DCS & BMS PLC Systems fails to prove guarantees set forth in the Specifications, the Contractor shall investigate the causes and provide, free of cost to the Owner, design, engineering, materials, services and System/ materials, within a reasonable period, in order to prove guarantees. The Contractor’s liability in this respect shall be limited to the contract value.

iii) If the Contractor fails to prove the guarantees within the period stipulated in the Contract, Owner shall have the option to take over the DCS & BMS PLC Systems and rectify the same, if possible, to fulfill the guarantees and /or to make necessary additions to make up the deficiency at the Contractor’s risk and cost. All expenditure incurred by the Owner in this regard shall be at the Contractor’s account.

9.0.0 SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE: 9.1.0 The successful tenderer, for the faithful performance of the Contract, will furnish Security Deposit

cum Performance Guarantee within 30 days of issue of Purchase Order. The Deposit will be @ 5 % of the value of the PO (Minimum Rs. 3.75 Lakhs or equivalent in Foreign Currency).

9.2.0 If Security Deposit-cum-Performance Guarantee is made in the form of Crossed Demand Draft in favour of National Fertilizers Limited, it should be payable on State Bank of India, Bavrikhera Branch, NFL Complex, Vijaipur (INDIA), (Branch Code : 8455). D.D. payable at locations other than above will not be accepted.

9.3.0 The tenderer will also have the option to furnish Security Deposit-cum-Performance Guarantee by way of Bank Guarantee from any of the Scheduled Banks excluding Rural and Co-operative Banks, in the

Page 6: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Performa specified by NFL. The Bank Guarantee must be valid to cover Delivery Period + Guarantee Period + Three Months Claim Period.

9.4.0 Cheques will not be accepted in any case. 9.5.0 The Security Deposit-cum-Performance Guarantee will be retained by NFL during the currency of

contract or till settlement of all the accounts thereof, whichever is later. In case any dispute or difference not settled within the validity of Bank Guarantee, tenderer will arrange to get the bank guarantee extended as asked for. NFL, at its sole discretion can call in the Bank to pay the whole or part of the amount of Bank Guarantee.

9.6.0 The amount so drawn will not in any way effect any remedy, to which NFL may otherwise be entitled or any liability incurred by tenderer under the contract or any law for the time being in force relating thereto or bearing thereupon.

9.7.0 In the event of the forfeiture of whole or part of the security cum performance deposit, the tenderer will deposit further sum/sums, so as to maintain the full security deposit amount as per Para 7.1.0 above.

9.8.0 The Security Deposit-cum-Performance Guarantee will be refunded after contract has been successfully completed. It will be lawful for NFL, if any difference or dispute is likely to exist, to defer payment of the security cum performance deposit or any portion thereof which may be due for release until such difference and dispute had been finally settled or adjusted.

9.9.0 In case the Bank Guarantee is from an overseas bank, the same shall be got counter guaranteed by an Indian Scheduled Bank.

9.10.0 The security deposit-cum-Performance Guarantee will not bear any interest. 10.0.0 PAYMENT TERMS:

a) Supply Portion: 90% against receipt and physical inspection of material within 30 days and balance 10%

on final acceptance and handing over the system to Owner to the fullest satisfaction of Owner and getting completion certificate from the Owner. In case, handing over is not completed due to no fault of supplier, 10% payment shall be released on completion of 6 months from the supply against submission of BG of equivalent amount.

b) For Erection and commissioning: 100% payment within 30 days of the successful completion of Erection and Commissioning on certification by the owner in this respect and submission of bills.

c) For Other Services like Training, etc.: 100% payment within 30 days of the successful completion of services & on certification by the owner in this respect after submission of bills.

d) All Bank charges against all the payments shall be borne by the supplier. 11.0.0 INSURANCE

The complete insurance including transit insurance, erection and storage of material at NFL site till final commissioning & handing over of the system to NFL shall be in the scope of Vendor. Vendor must quote the Insurance charges accordingly in terms of percentage of basic value in the price bid. Insurance policy covering all the above risks shall be initially valid for a period of 6 months from date of supply. The policy shall however, be got extended by the vendor at the sole option of NFL. The payment of premium of insurance for the extended period, if any shall be borne by NFL, if the extension required are due to reasons attributable to the NFL. In case, extension required is for the reasons attributable to the Vendor, the premium shall be borne by the vendor.

You shall also have to arrange necessary Insurance cover at your cost for the persons deployed at our site during erection, commissioning and training job.

11.1.0 Insurance against Storage, Handling, Transportation, Erection, Commissioning and Any third party claim/ Workman compensation etc at site

a) The Contractor shall at his cost arrange, secure and maintain all insurance as may be pertinent to the contract and obligatory in terms of law to protect his interest and the interests of the Owner against all perils detailed herein. The form and the limit of such insurance as defined herein and together with the underwrite shall in each case be acceptable to the Owner. However, irrespective of such acceptance, the responsibility to maintain adequate insurance coverage at all times during the period of contract shall be as of the Contractor alone. The Contractor's failure in this regard shall not relieve him of any of his Contractual responsibilities and obligations. The insurance cover to be taken by the Contractor shall be in the joint names of the Owner and the Contractor. the Contractor shall, however be authorized to deal directly with the insurance company or companies and shall be responsible in regard

Page 7: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

to the maintenance of all insurance covers. Further the insurance should be in freely convertible currency. b) Any loss or damage to the System during handling, transportation, storage, erection, putting the System into satisfactory operation and all activities to be performed at site till the successful completion of trial operation of the plant shall be to the account of the Contractor. The Contractor shall be responsible for performance of all claims and make good the damages or loss by way of repairs and / or replacement of System, damaged or lost, transfer shall not in any way relieve in Contractor of the above responsibility during the period of contract. The Contractor shall provide the Owner with copies of all insurance policies and documents taken out by him in the pursuance of the contract. Such copies of documents shall be submitted to the Owner immediately after such insurance coverage. The Contractor shall also inform the Owner in writing at least sixty (60) days in advance regarding the expiry/cancellation and /or change in any of such documents and ensure revalidation, renewal etc, as may be necessary well in time. c) The perils required to the covered under the insurance shall include, but not limited to fire and allied risk, miscellaneous accidents (erection risks), workman's compensation risk, theft, pilferage, riot and strikes and malicious damages, civil commotion, weather condition, accidents of all kinds. The scope of such insurance shall be adequate to cover the replacement/reinstatement cost of the system for all risks till the System is taken over by the Owner. The Insurance policy to be taken should be on replacement value basis and / or incorporating escalation clause. Notwithstanding the extent of insurance cover and the amount of claim available from the underwriters, the Contractor shall be liable to make good the full replacement/rectification of all system/material and to ensure their availability as per project requirements without additional financial liability to the Owner. d) All cost on account of insurance liabilities covered under the Contract will be to the contractors’ account and Price/Cost implications for this shall be quoted by Vendors separately. The Contractor, while arranging the insurance shall ensure to obtain all discount on premium, which may be available for higher volume. e) Indian contractors shall cover insurance with Indian insurance companies.

12.0.0 DELIVERIES/ LIQUIDATED DAMAGES

a) Time shall be deemed to be essence of contract. In case of delay in supplies, unless extension of delivery has been granted by NFL on application by the suppliers, NFL, may at their option either (i) recover from supplier liquidated damages a sum equal to half percent per week or part thereof of the values of stores not delivered subject to a maximum of 5% of the value of the order, or (ii) purchase elsewhere on account and at the risk and cost of the suppliers of stores not delivered, or (iii) cancel the order without prejudice to the rights of NFL under (i) and (ii) above

b) In case of delay in erection and commissioning, unless extension has been granted by NFL on application by the supplier, NFL, may at their option either (i) recover from the supplier as liquidated damages a sum equal to one percent per week or part thereof of the value of erection and commissioning contract subject to maximum of ten percent of the value of the erection and commissioning contract. or (ii) get the job done on account and at the risk and cost of the supplier or (iii) cancel the order without prejudice to the rights of NFL under (i) & (ii) above.

c) For delay in supply of technical documents, the total contract value shall be reduced @ 0.1% per complete week or part thereof delay subject to a maximum of 0.5% of contract value.

d) In case of delayed delivery beyond the stipulated delivery even though normal extension of completion time is allowed by owner, all extra costs on account of changes of statutory regulations/acts, or increase in price on any other account including price variation clause, if any, shall not apply to the purchase order price and the same shall be borne by the supplier.

13.0.0 Bill of Material is the minimum requirement for supply, erection and commissioning & Up-

gradation of the System and the same shall be in accordance with the subject NIT. Any additional items not covered in the BOM, which are required to be installed for the completeness of the system, shall be in your scope of supply, without any extra financial implication to NFL, if not quoted by you separately. However, in case the supplied/installed quantity is less than that mentioned in the BOM for any of the items, your payment shall be made on pro-rata basis after taking into account the lesser supplied quantity as per the quoted unit rates.

Page 8: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

14.0.0 AWARD OF CONTRACT : Award of contract will be made at the sole and absolute discretion of National Fertilizers Ltd., which shall not be disputed. The terms & conditions as embodied in the purchase order shall be final and shall supersede any other terms & condition that might have been indicated in the tender submitted by the Bidders.

15.0.0 Goods received short or in damaged condition will have to be replaced by the Supplier FREE OF COST with Custom Duty, Freight & Insurance Charges to the Supplier's account, if such shortages or damages are not due to peril in transit.

16.0.0 In case of Order, Foreign bidders will have to furnish following dispatch documents: (a) Signed Invoice (b) Air Way Bill/ Bill of Lading (c) Packing List (d) Certificate of Origin [Please specify Country of Origin in your quotation] (e) Detailed Instruction & Maintenance Manual (f) Prior Fax/Cable Advice to Insurance Company giving details of shipment

(g) Guarantee Certificate. (h) Any other certificates/documents required in the event of PO.

17.0.0 In case the quantities of material shipped are not found as per Invoice, the Custom Duty and other Charges in case of foreign bidders, if any, payable by NFL on the short supplied items will have to be reimbursed by you to NFL

18.0.0 FORCE MAJEURE

Neither party will be liable for any claim on account of any loss, damage or compensation, whatsoever, arising out of any failure to carry out the terms of this contract, where such failure is caused due to war, rebellion, mutiny, civil commotion, fire, riots, earthquake, drought, flood crop failure, or Act of God or due to any restraint or regulation of the State or Central Government or a local authority/authorities, provided a notice of such occurrence is given to the other party in writing within 10 days from the date of occurrence of the force majeure condition, furnishing therewith a documentary evidence supporting the invoking of the force majeure clause. On cessation of the force majeure, the party invoking force majeure will inform the other party of the period for which the force majeure condition continued and will also give documentary evidence thereof this effect.

19.0.0 ARBITRATION:

Any, disputes or differences whatsoever arising between the parties and relating to the construction, interpretation, application meaning scope, operation or effect of the contract or the validity or breach thereof shall be settled by arbitration in accordance with the Rules of Conciliation and Arbitration of the SCOPE and the award made in pursuance thereof shall be final and binding on both the parties.

It is agreed by and between the parties that in case a reference is made to the arbitrator or the arbitral tribunal for the purpose of resolving the disputes/ differences arising out of the contract by and between the parties hereto, the arbitrator or the arbitral tribunal shall not award interest on the awarded amount more than the rate of SBI PLR or actual interest rate paid by the owner (NFL), whichever is lower, prevailing on the date of award of contract.

20.0.0 JURISDICTION

All actions at law or suits arising out of or in connection with this contract or the subject matter thereof will be instituted in Guna court in Guna district in the State of Madhya Pradesh.

21.0.0 CLEAR UNDERSTANDING

When a tenderer submits his tender in response to this tender document, he will be deemed to have understood fully all requirements, terms and conditions. No request will be entertained on a pretext that the tenderer did not have a clear idea on any particular point and/or a clause of the tender.

22.0.0 SECRECY

Page 9: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

contract shall be regarded as secret and confidential and shall not without the written consent of NFL be published or disclosed to any third party or made use of by the supplier except for the purpose of implementing the contract.

23.0.0 LAWS GOVERNING PURCHASE ORDER: The laws or Union of India for the time being in force shall govern the purchase order. 24.0.0 The prospective tenderers having any common Partners/ Directors/ Managing Partners etc. or having

any other common criteria shall be considered as Sister/ Group/ Associates Company. In such cases, only one of them will be eligible for participating in the tender.

Tenderers has to submit a declaration along with the Technical Bid: (a) That no other Firm/ Sister Concern/ Associate belonging to the same group is participating/

submitting this tender. (b) That the bidders, their associates, sister concerns etc. have not been black listed by any

Institutional Agency/ Government Department/ Public Sector Undertakings in the last two years. In case of concealment of any fact, if detected later on, such tenderer will be debarred from all future

dealings with NFL. 25.0.0 No condition or deviation should be mentioned by the Tenderer in Price Bid. Offers where party has

mentioned any condition or deviation in Price Bid shall be liable to be ignored without any further reference.

26.0.0 The Tenderer shall quote the price strictly as per the Proforma enclosed for schedule of prices. Parties

should quote one rate for specific quantity quoted by them. Tenders with quotation of different rate for different quantities shall be rejected without any further reference.

27.0.0 One person will be allowed to represent only one company during discussions/ negotiations with NFL.

If same person is representing different companies with authorisation letter from more than one company, such person will be allowed to represent only the first company called for negotiations.

28.0.0 Bidders may ensure that tender documents/ offer has been signed by appropriate/ authorised

representative of the Company. Withdrawal of offer/ non-acceptance of orders placed based on offers submitted by bidders on their letter head will not be allowed on the grounds that offer was not signed by authorised person.

29.0.0 In case you are registered as MICRO, SMALL or MEDIUM Enterprise under ‘The Macro, Small &

Medium Enterprise Development Act, 2006 (MSMED Act)’ promulgated by Government of India vide Notification dated 16/06/2006, please indicate the relevant category in your Offer and also enclose a copy of the certificate issued by the concerned authorities.

30.0.0 Please note that the offers of the vendors will only be considered for technical evaluation/ scrutiny

only after meeting the eligibility criteria as per Annexure-I(A). Please note that the fulfillment of Eligibility Criteria is essential for the bid to be taken into consideration.

31.0.0 YOU CAN ACCESS THIS NIT ON OUR WEBSITE www.nationalfertilizers.com .

Yours faithfully, For & on behalf of National Fertilizers Ltd.

M.S. PATEL MATERIALS OFFICER

Page 10: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Annexure-I(A)

ELIGIBILITY CRITERIA OF VENDORS FOR DCS AND BMS PLC SYSTEM

1. The party shall be Original Equipment Manufacturer (OEM) of latest, proven and reliable Distributed

Control System (DCS) and BMS PLC system for Fertilizer/Power Plant. DCS shall be in 100% redundant configuration in respect of CPU, I/O modules, Communication modules, Communication bus, Power Supply etc.. The DCS system shall not be a PLC/SCADA based system. PLC Hardware like CPU, I/O modules etc in any form are not acceptable for DCS. BMS PLC System shall be necessarily a Microprocessor based Programmable Electronic system with fail safe, redundant (Dual Modular Redundant) and highly available system as per TUV certification conforming to Safety class 6 / SIL3 without limitation in repair time on single point error. Event Sequence Recorder should be in built function of PLC system. Timing of ESR should be with in 10 ms for consecutive two events. Data communication between nodes of DCS and BMS PLC system should be Democratic Masterless token passing protocol. The client-server type of communication between system nodes is not acceptable. HMI and Engineering software for both DCS and BMS PLC system shall be proven and user friendly.

2. Party should have the past experience of integration of offered DCS and BMS PLC system in common network and documentary evidence to this effect must be submitted.

3. The party shall have the inspection, testing and repairing facilities for the various components/ modules of DCS and PLC system within India. The party should submit a documentary evidence for the same.

4. The party shall submit the documentary evidence of supply and successfully commissioning of offered DCS and BMS PLC systems in any fertilizer/Power plant in last three years. At least one such system shall be in operation for the last two years in India.

5. The party to submit the following supporting documents: a. The migration path of the DCS and BMS PLC systems manufactured by the vendor, showing various

upgrades, from their first system till date. b. Executive Summary and List of customers to whom similar system meeting the requirement in Para-I

has been supplied and commissioned properly. c. Copy of purchase orders executed for similar system d. Performance reports of the system from the end users. e. Copy of valid TUV Certificate for BMS PLC system. f. Certificate for system support (including supply of spares & services) for a period of minimum 15 years from the date of supply in India. g. The bidder must offer rebate on existing SLPC, DCS & BMS PLC Systems under buy back scheme & confirmation on this account must be given in the Part-I techno-commercial bid.

6. In case of authorized distributor/ System Integrator, party to submit the following documents in addition to above at S.No.5: a) Valid authorization letter from OEM. b) Counter guarantee from OEM for supply of spares, services and supports of system for a period of

minimum 15 years in India. c) Party to confirm the involvement of expert engineers of OEM for erection, commissioning and

detailed engineering of the systems. d) Supporting documents for similar work experience with the OEM and successful execution of

integration of the DCS and BMS PLC systems in India and Proven ness of the system in India. Note: Parties participating against this tender shall also be considered for pre-qualification for DCS & BMS PLC system based on meeting their eligibility criteria.

Page 11: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 1 of 1

Annexure-I(B) 1.0 DESCRIPTION OF EXISTING PLANTS.

National Fertilizers Limited, Vijaipur is having 3 nos. Gas Turbine Generators (GTGs), each capable of generating 17.225 MW, with an associated Heat Recovery Steam Generation unit in its Captive Power Plant (CPP). HRU-1 and HRU-2 each are capable of generating 180 T/hr steam at 43 Kg/cm2 and HRU-3 is capable of generating 120 T/hr steam at 115 Kg/cm2. NFL is undertaking upgradation of Control System of HRU-1, HRU-2, HRU-3 & Common Section and Burner Management System of HRU-1 & HRU-2 in Captive Power Plant. The Control System for HRU-1, HRU-2 and Common section is SLPC based system of M/s YAMATAKE HONEYWELL and the Control System for HRU-3 is of M/s ABB FREELANCE-2000 DCS. Burner Management System of HRU-1 & HRU-2 is PLC based system of M/S OMRON Sysmac C-500 and Burner Management System of HRU-3 is M/S GE FANUC series 90-70 PLC.

The Control system and Burner Management System shall be upgraded to latest and proven, 100% redundant &

available DCS for control system and 100% redundant, fail safe & available PLC system for BMS with state of the art technology, which shall guarantee from obsolescence for at least 10 years.

2.0 ENVIRONMENTAL CONDITIONS

The equipment will be installed in a Non-Hazardous Air Conditioned Central Control Room and it shall be suitable for operation during a normal lifetime under the conditions mentioned below. The condition classifications are in accordance to ISA-S-71.01 for temperature, humidity, and ISA-S-71.04 for air borne contaminants.

The normal temperature and humidity conditions are Class A2 (Normal 24 degree Celsius and 50% R.H.). In

abnormal situations e.g. air conditioner failure, the conditions will be class B3 (Max. 40 degree Celsius and 90% humidity).

The Airborne Contaminants in the atmosphere are -

Liquids : Class LA1, LB1, LC1 Solids : Class SA1, SB1, SC1, SD1 Gases : Class G1

RFI (Radio frequency interference) and EMI (Electromagnetic interference) tolerance and noise immunity of DCS shall have less susceptibility than 0.5% of span for a frequency range 20-500 MHz in a field strength of 24 V/M and common mode rejection ration of 80 dB at 50 Hz.

3.0 GENERAL REQUIREMENT OF DCS & BMS PLC SYSTEM

The DCS is being considered for HRU-I, HRU-II, HRU-III and Common Section. The control system of all four sections shall be integrated to common network. All the systems shall be installed in existing centralized control room. The architecture of the system shall be as per System Configuration at Annexure-I in which four nos. redundant multi-loop controllers (DCS) have been considered, for meeting plant operational and maintenance requirements along with other accessories.

Each Controller shall be in 100% redundant configuration in respect of CPU, I/O modules, Communication modules, Communication bus, Power Supply etc. and shall be hooked-up with individual I/O rack. The Control

TECHNICAL SPECIFICATION FOR

DISTRIBUTED CONTROL SYSTEM & BURNER MANAGEMENT SYSTEM FOR CAPTIVE POWER PLANT

Page 12: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 2 of 2

philosophy for switching over of redundant modules shall be automatic, instantaneous and bump less, in case of problem in any component of the controller. Provision of manual switchover of redundant modules shall also be available.

PLC has been considered for Burner Management System (BMS) for HRU-1 & HRU-2. The PLC for Burner Management System shall be necessarily a Microprocessor based Programmable Electronic system with fail safe, redundant and highly available system as per TUV certification conforming to Safety class 6 / SIL3 without limitation in repair time on single point error. The architecture of the system shall be as per system configuration at Annexure-I.

DCS of HRU-1, HRU-2, HRU-3 & Common Section shall be in common network with global operator station (HMIs). Operation of any section shall be possible from any Operator Station. Data from respective BMS PLC shall also be monitored/controlled in DCS. Existing 4 nos. MUX (MTL838B-MBF) with 16 channel each are also to be connected through MODBUS to HRU-3 DCS. The hardware required for connectivity to DCS/PLC network shall be in vendor/supplier scope. Gas Turbine Generators Data are also to be monitored in DCS. GE Speedtronic MARK-V/VI control system of all the three GTGs shall be connected to respective DCS, through Ethernet/Modbus, as applicable. It is mandatory that vendor shall have joint meeting with GE MARK-V/VI control system suppliers for proper connectivity of different system on DCS network. DCS system shall be considered as Master and other systems as slaves. The hardware required for connectivity to DCS network shall be in vendor/supplier scope. Existing BMS PLC System of HRU-3 (i.e. GE Fanuc Series 90-70) along with SOE system shall be retained and connected to DCS of HRU-3 and BMS PLC system network. Connectivity of HRU-3 BMS PLC system to the new system is in Vendor/supplier scope. BMS PLC systems of HRU-1, HRU-2 and HRU-3 shall be in common network with global BMS operator stations (HMIs). Operation of any section shall be possible from any BMS Operator Station. The specifications provides the minimum requirement of the DCS and BMS PLC system but it does not relieve the supplier from his responsibilities for completeness of the system concerning the design, the reliability and the safe operation of the supplied equipment. If required the supplier shall include additional items other than specified in Bill of material.

Moreover, it is stressed that DCS and BMS PLC system shall be of latest proven model and shall be supplied as a turn key based system. This means that the vendor’s supply include all the necessary provisions to deliver a “complete working system.”

The vendor shall be responsible for the compliance with all rules and codes in force in the country and according to :

- IEC LAST EDITION – electrical codes to be met for equipment and wiring. - SAMA PMC 33.1– electromagnetic susceptibility of process control instrument.

In general, DCS & BMS PLC system shall be having following features:

(PLC/SIS/SCADA based systems in any form shall not be acceptable for DCS.).

3.1 REDUNDANCY: The redundancy shall be considered for all I/Os upto I/O level including I/O rack power supply, I/O rack communication and communication buses etc. for increased reliability, availability, On-line/Off-line diagnostics and Maintenance.

3.2 PROVENNESS: Offered DCS & BMS PLC system shall be proven, latest and open system architecture type.

The proposed system shall be satisfactorily in working condition for last two years in at least one major Fertilizer/Power plant in India and atleast two systems elsewhere in the world.

3.3 COST EFFECTIVENESS: Systems shall be designed for optimum cost effectiveness in respect of Hardware

and Software.

Page 13: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 3 of 3

3.4 OPTIMISED CONTROL LOOP: All main control loops shall be having on line pressure, temperature

compensation, density correction, auto tuning as per existing control and operation philosophy.

3.5 SYSTEM INTREGRATION: All sections of Captive Power Plant i.e HRU-1, HRU-2, HRU-3 and Common Section shall be integrated as per block diagrams attached at Annexure-I. Existing instrument cablings, junction boxes and cable trays etc shall be used. Existing field electronic instruments and cablings are already available upto CCR. These cables shall be removed from the existing cabinets and hooked-up in the new marshalling cabinets by the vendor. The Marshalling cabinets shall be having isolator, barriers, Electro-magnetic relays, etc. of required safety protection as per area classification.

3.6 GENERAL LAYOUT OF THE CCR: All items of Control system & BMS PLC system as per bill of material shall be placed in existing control room. The lay out of Marshalling cabinets, operator interfaces and other items shall be as per general layout drawing attached and availability of the space in CCR. Vendor has to furnish details for optimum space requirement in control room. Vendor has to visit NFL Vijaipur site to assess the general lay-out and prepare the same, which is mandatory. The existing layout of the Central Control room is enclosed as Annexure-II.

4.0 SCOPE OF SUPPLY FOR CONTROL SYSTEM (DCS) FOR HRU-1, HRU-2, HRU-3 &

COMMON SECTION:

The present chapter describes minimum functional requirements of DCS and services constituting following main items:

- 4 Nos. Multi-loop Redundant controllers, one no. for each section i.e HRU-1, HRU-2, HRU-3 & COMMON SECTION and data acquisition system with accessories as per drawing at Annexure-I.

- Intelligent I/O cards and nest along with accessories. - Operator interface system / Human Machine Interface (HMI). Operation of all Sections shall be possible

from all Operator Station. - Printer and other peripheral devices. - Engineering interface sub-system. - Cabinets including cables, isolators/barriers and other accessories. - Power supplies and other panel accessories. - Software packages to meet all functional requirements. - Detailed engineering, software development etc. - Factory acceptance test (FAT). - System documentation, Manuals and interconnection. Drawings etc. in both soft and hard copies. - Training. - System packing / forwarding, transportation. - Erection & commissioning - Site Acceptance Test.

4.1 GENERAL FEATURES OF THE SYSTEM

Each system shall be flexible in operator function using open architecture technology. Multi-loop controllers and data acquisition system shall be able to perform Boolean functions (logics), programmable software blocks and regulatory algorithms (open loops and closed loops) and advanced control strategies through advanced languages. Operator interfaces, Specialized Access Gates and sub systems will be defined in context of the present specification as SYSTEM NODES, and these shall be directly communicating to the redundant data BUS of minimum 100 MBPS speed. Redundancy shall be at all levels.

4.2 SYSTEM SYNCHRONISATION: System should be equipped with time setup dialogue with manual and auto

synchronization facility, which allows the adjustment of system date and time and is equalized on all stations working on the bus or working separately. DCS in general shall be considered as master to issue commands to reset the clocks of other devices e.g. BMS PLC systems etc through system/data buses and/or hardwiring. The system Nodes/other slave devices synchronization shall be within ± 5 msec.

4.3 SYSTEM EXPANDIBILITY: Each system shall have the provision for expandability for future use.

Page 14: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 4 of 4

4.4 DISTRIBUTED DATABASE: Each system network shall support a distributed database, shared between

nodes of at least 100,000 process items of which at least 500 will be of closed control loops. Process items are defined as Closed or open loops (digital or analog), which should be identified by an individual tag no. and description name etc with status indications (Start, Stop and Run), valve status indications (Open/Close) etc.

4.5 GEOGRAPHICAL DISTRIBUTION OF NODES: System nodes shall be distributed along each system bus

without any limitation in any direction from central control room. The vendor shall ensure that there is no deterioration in performance of the data bus while extending the nodes.

4.6 SYSTEM NODES HIERARCHY: Data communication between nodes of the system shall be DEMOCRATIC

MASTERLESS token passing protocol so that all system nodes will be at the same hierarchy level. In any case, the data exchange between nodes shall be unlimited inside each node and between the system nodes. The CLIENT-SERVER type of communication in any form between the system nodes is not acceptable.

4.7 SYSTEM LOADING: It’s specifically required that the system loading in all respects shall not exceed the limit

of 50% for CPU, Memory and System buses etc.

4.8 SECURITY LEVEL: Integrated security functions are required to prevent unauthorized operations at different levels e.g. user name, user group, tag importance level, operation mark and other defined security levels. The system shall be having provision of different security levels (Password protected).

4.9 MULTILOOP CONTROLLERS:

Multi-loop Controller shall have highest order redundancy in respect of Control processor, remote I/O communication bus, Communication with I/O modules, Interface units to all nodes, power supplies, etc. Switching over time shall be minimum, almost one millisecond, high data integrity and minimum one bit error check, smart diagnostic features to identify cause of error etc. Vendor shall guarantee for smooth operation and monitoring in case of failure of any system component. Multi-loop controllers shall have minimum following integrated functions:

- Regulatory control block - Data acquisition both analog and digital - Mathematical calculations - Analog relay function (i.e. min/max selector, bias etc.). - Totalization and Integration - Conversions (i.e. BCD etc.). - Auto tuning - Statistical process calculation - Communication with other system

4.10 RECOVERY STRATEGY: Being redundancy at all level the recovery after failure of control components shall

be automatic, bump less and transparent for the operator with freezing of input/outputs during switch over. Switching over time shall be one millisecond.

4.11 DYNAMIC PERFORMANCES: In dynamic condition CYCLE TIME shall be taken as the time taken to

read all inputs and generate outputs including associated algorithms, the same shall be as follows: - CYCLE TIME (Multifunction application): less than 0.5 seconds or better - CYCLE TIME (Boolean application): less than 0.2 seconds or better - RECOVERY TIME on failure: within one cycle time

4.12 DATA TRANSMISSION SYSTEM REACTION TIMES: Data transmission protocol shall allow CPU up-

dating with a rate of at least 500 variations per second or faster so that distributed database shall be shared between nodes in minimum time.

4.13 I/O CARD LAYOUT

The multi-loop controller shall have highly rugged intelligent I/O modules, which shall be having isolation from field. All I/O cards shall be redundant. Points per I/O card shall not exceed the following limits:

Page 15: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 5 of 5

- Analog Input/Output: As per manufacturer Std. subject to a maximum limit of 16 analog input/output. - Digital input/output: As per manufacturer Std. subject to a maximum limit of 32 - I/O racks for multi-loop controller, shall be loaded at max. 80% of their rated capability.

4.14 OPERATOR STATION STRUCTURE

Operator Station (HMI) shall be Latest Industrial Grade PC complete with Main Memory 1GB or higher, Hard Disc 250 GB or higher, DVD writer, 22” flat LCD color monitor (Display Unit), Optical mouse, Standard Keyboard, Operating System (Windows XP or latest), Communication Interface Module, Power Supply Unit etc. operating in full screen mode & Windows mode configuration.

Operator station shall comply with the following requirements:

- To retain the system database. - To retain the historical database. - To perform mathematical calculation on process data (for reports and logs). - To retain the display pages background. - To drive system peripherals such as printers, Monitors, keyboards etc. - Display pages fast recalling station (Navigator window) to recall display pages as required time to

time for user defined process windows. - It shall be possible to have access to a particular loop in a single step. - Minimum 05 nos. latest alarms shall be displayed on all pages. - To retain system and operating software. - Audit trail facility shall be available. - USB keyboard and optical mouse facility. Operating station shall be sized to retain a database of at least 1,00,000 process items. PC hard disk shall have minimum 250GB or of higher capacity. Minimum reaction time for displaying different pages, refresh time, issue of commands and its feedback should be as fast as possible but not more than 1 second.

4.15 DISPLAY PAGES ORGANIZATION: The display pages shall be organized in such a way that the system

shall allow the operator to recall pages of the plant without confusion or an accidental recalling of display pages relevant to units or areas out of its authority. For each system the following types of display pages with dynamic data shall be provided as minimum requirements:

- PLANT/UNIT OVERVIEW - AREA OVERVIEWS - CONTROL DRAWING WINDOW - SEQUENCE TABLE WINDOW - SFC / SEBOL WINDOW - CONTROL GROUP PAGES (FACE PLATES) - TUNING PANEL FOR EACH LOOP - OPERATOR GUIDE MESSAGE PANEL - SINGLE ITEM LOOP PAGES WITH DETAILS - HISTORICAL AND REAL TIME TREND PAGES - CUSTOM GRAPHICS PAGES - ALARM SUMMARY PAGES - DISPLAY ALARM WITH SYSTEM MESSAGING AT THE TOP OF OPERATION

WINDOW, - GENERATING ELECTRONIC BUZZER - CHANGING COLOUR STATUS - FLASHING KEY LAMPS - PRINTING AND STORING INFORMATION - LOG REPORTS INCLUDING ENERGY BALANCE

Page 16: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 6 of 6

- SYSTEM DIAGNOSTIC These pages shall be unlimited to meet the process requirement.

4.16 TRENDS AND BULK STORAGE MEMORY: System shall guarantee for storing all plant data including

process variable, set points and manipulated outputs at different sampling rates in second. A faster sampling frequency for a longer storing period will be possible by reducing the number of the trend-able process items. The minimum sampling rate shall be 1 Sec. It shall be possible to assign different access time to different loops. The storage capacity shall be for a minimum period of one month with a resolution of 1 second.

4.17 LOGGING AND REPORTS: Operator station logging and reporting capability shall have storing of all events, operator actions, process alarms with their description, occurrence time and priorities and print out of the same on demand. The logger shall be having facility for Printout of reports and logs and requires mathematical calculation capability, as basic characteristic. It is preferred that results of such calculation be part of the plant-distributed database and therefore accessible from all the system nodes (i.e. result of a calculation performed in the OS can be read by a multi-loop controller). All the reports shall be available also in portable document format and Microsoft Excel format.

4.18 SYSTEM MAINTENANCE: System maintenance windows shall be provided in the form of : - System status overview window - System alarm window - Display window - Setup window and - Dialogue window etc - Diagnostic windows - Other features available in operating system software tools.

4.19 SYSTEM PRINTERS

1. OPERATOR STATION & HISTORIAN PRINTER Printers shall be Black and white Dot Matrix (24 pin or better) with high quality printing which shall be easily assignable for specific printing from all the operator/engineering stations situated on the same network. The vendor shall consider necessary hardware/software.

2. ENGINEERING STATION PRINTER Printers shall be of latest generation color laser jet. It shall be capable of printing the graphics and configuration screens in A4 size.

4.20 ENGINEERING STATION

In general, all configurations shall be possible from Engineering Station keeping different password level for operation and engineering purposes and one station shall be separately assigned as ENGINEERING WORK-STATION.

Engineering Station shall be Latest Industrial Grade PC complete with Main Memory 1GB or higher, Redundant Hard Disc 250GB or higher in RAID configuration, DVD writer, 22” flat LCD color monitor (Display Unit), Optical mouse, Standard Keyboard, Operating System (Microsoft Windows XP or latest), Communication Interface Module, Power Supply Unit etc. operating in full screen mode & Windows mode configuration. Such device shall access to the system nodes through the system bus using its own access gate. The configuration of multi loop controller shall be possible in “ON LINE MODE”, i.e. during the normal plant operation. The reconfiguration shall be bump less and transparent for the operator with automatic reloading of the new program in the multi loop controller CPU, and freezing of input/outputs during such procedure.

It shall be possible to output Engineering data as text data to general-purpose PC applications like MS-Excel, MS-word etc, and vice-versa. It shall provide online documentation by displaying related manual and instructions on use of a particular function.

Page 17: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 7 of 7

Engineering station must have the capability of providing Smart default settings in engineering configuration and pull down menus for all configurable items shall be available.

The engineering station shall be having automatic test function and virtual test function prior to duplication and utilization of the configured item.

5.0 SCOPE OF SUPPLY FOR BMS PLC SYSTEM FOR HRU-1 and HRU-2 5.1 GENERAL FEATURES OF THE SYSTEM

This specification covers the requirement of 2 Nos. BMS PLC system in DMR configuration for each section i.e. HRU-1 & HRU-2 for design, engineering and supply of fail safe, redundant and highly available system as per TUV certification conforming to Safety Class-6/SIL3 without limitation in repair time on single point error. The scope of supply shall also cover other vendor services for erection, commissioning and training etc.

The supplied system shall constitute the followings to a minimum: - 2 Nos. BMS PLC systems in DMR configuration for HRU-1 & HRU-2 with accessories. - Intelligent I/O cards and nest along with accessories. - Engineering interface and printer - Event Sequence Recorder (ESR) shall be an inbuilt feature in same PLC. Timing of ESR shall be

with in 10 milliseconds for consecutive two events. In case SER is not a built in feature of PLC system, Vendor shall consider separate ESR system.

- System and marshalling cabinets including cables, isolators/barriers and other accessories. - Power supplies. - Software packages to meet all functional requirements. - Engineering and software development etc. - Factory acceptance testing (FAT). - System documentation, Manuals and interconnection. Drawings etc. in both soft and hard copies. - Training. - System packing / forwarding, transportation. - Erection and commissioning - Site acceptance test (SAT)

5.2 SYSTEM PHILOSOPHY The system shall be designed for Burner Management System for HRU-1 & HRU-2 of CPP. The BMS PLC system shall be fault tolerant, highly available, fully redundant and fail safe system. The system shall be designed in such a way so as to achieve unlimited repair time on single point failure and conforming to TUV certification Safety Class 6/SIL3. The architecture of the system shall be through Dual Mode Redundancy (DMR). System shall have high ruggedness in respect of separation & isolation between electronic modules so that there should not be any chance of dangerous undetected failures. The system shall have highly resistant to Electro-Magnetic Susceptibility. System should have smart features of internal diagnostics. System integration/installation shall be as per Annexure-I The processing of data within subsystems shall be fault tolerant in case of failure or shutdown in a well-defined safety condition. BMS PLC system shall be synchronized with DCS considering DCS as master.

5.3 SYSTEM DESCRIPTION

The BMS PLC and all its associated circuits shall be separate and totally independent from other control devices. A communication channel with external equipment, through electrically isolated interface devices, shall be provided for connection to a programming station for monitoring, loading or modifying the applications program and the configuration data for the resident processor’s memory system. Access to the programming station shall only be possible by means of a manual key or a password.

Page 18: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 8 of 8

The processing data subsystem shall be smart & fault tolerant; in other words it shall have the capability to diagnose any fault or error conditions whether temporary or stable, and take appropriate on-line action, in real time, while the process is under control.

This means that the processing data sub-system must remain available and function reliably in the presence of a single fault on hardware, firmware or software, a warning advice shall be provided. Fault tolerance implies having a well-defined DMR functional redundancy level, so as to avoid complete system blocking or degradation of the redundant part in the event of single fault.

System shall be fail-safe and in case the shut down system goes out of service, all outputs shall go into fail-safe condition. During this condition the outputs will be de-energized and safe shut down will be ensured. The system shall be oriented to the fail-safe philosophy. Vendor shall demonstrate that the offered system is fully complying with the fail-safe requirements. The system, which is not proven and not meeting the fail-safe requirements, shall be rejected.

The supplier shall describe the fail-safe characteristics of the system, and specify in detail the effects on system outputs caused by one or more of the following events:

a) Parity error: communication errors at different levels. b) Power supply faults including main and rack power supply. c) I/O card faults or their removal when system is operating. d) Processor failure e) Memory faults f) I/O processor faults g) Bus faults

The System shall incorporate comprehensive diagnostic capability to monitor their correct operating status to minimize probability of undetected dangerous failure. In the event of fault detection, this shall immediately be signaled without affecting the system functionality.

The Override Emergency Trip switch shall be provided for operation purposes (hardwired in the console) during unforeseen event of black out, BMS PLC system failure etc. which shall be activated from built in access panel. This override switch shall not override the associated alarm. Manual/Emergency trip shall be activated by dedicated push buttons with red and green LED indication. These buttons shall be mechanically protected. The same are to be shown in the logic diagrams.

5.4 SYSTEM ARCHITECTURE

The system configuration shall be proven, reliable, ensuring redundancy at all levels and high availability based on DMR architecture, as described below.

a) DMR ARCHITECTURE

The DMR architecture shall be considered for meeting the requirement of highly redundant fail safe with high availability. This shall also take care of other unidentified failures. This consists of two separate CPU cards with processors in dual mode and all processors operate in synchronized mode with same user program. This architecture shall also take care for unlimited maintenance period after one fault. The DMR architecture shall also ensure for absolute separation and isolation between channels.

The communication buses & communication cards, intelligent I/O cards, memory and power supply boards including I/O rack power supply & communication shall be redundant.

The subsystems shall operate in parallel and are synchronized; each processor runs the applications program simultaneously and independently. The communication between the BMS PLC and I/O racks shall also be redundant.

b) RELIABILITY

The reliability of the system shall be very high and no single component failure may prevent a safe operation.

Page 19: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 9 of 9

The probability of failure on demand (PFD) calculation shall be provided as per IEC 61508 and the same shall be elaborated and well explained in the offer bringing out the superiority of the system with respect to reliability.

The meantime between failure (MTBF) for a safe failure that indicates a shut-down shall be greater than 10 years and the MTBF for a dangerous failure i.e. a failure that prevents the plant to shut-down shall be a magnitude larger. The MTBF calculations as per MIL-HDBK-217 shall be provided along with the offer with proper explanations for bringing out the superiority of the offered system.

The BMS PLC system shall have the capability of on line replacement of any faulty module. The MTTR calculation and the basis of calculation shall be provided along with the offer with proper explanations.

c) SYSTEM DIAGNOSTICS

The system shall be having smart comprehensive diagnostic features of CPU, HMI, I/O and all communication module & bus levels for reducing possibility of dangerous undetected failures. The system shall run the diagnostics for 100% testing in every scan at all levels so that full functionality testing is ensured.

The I/O level diagnostics shall be capable for identifying between short circuit condition & a logic low level, and similarly between open circuit condition & a logic high level.

The supplied PLC system shall be fail-safe and TUV certified as per Safety Class-6/ SIL-3 as a whole.

The line monitoring of all Digital Input signals shall be achieved through Smart Barriers/Isolators as per Area classification having Line monitoring feature. The Smart barriers shall be capable of identifying short circuit fault & open circuit fault and suitable LED indication shall be provided on the barrier itself.

The digital outputs generated at smart barriers/ isolators on 'Line Monitoring Fault' shall be looped together in marshalling cabinets and further connected to minimum one set of redundant DI modules per PLC. The indication of open circuit/ short circuit/ ground fault shall also be available on the Operator HMIs in the Main control room. Individual alarms shall be provided for Line monitoring fault in the Alarm List and on the one of the Graphic pages of the Operator HMIs indicating Marshalling cabinet, i.e. minimum one alarm for one Marshalling cabinet.

The vendor shall provide complete sketch and the wiring diagram of the input circuits indicating the relevant parts such as input field component, barriers/ isolators, terminal boards and the input module along with the offer.

The diagnostics features shall be available in different levels i.e. for CPU, watch dog controller, memory, Bus, I/O testing for DI/DO, channel to channel isolation etc. All the testing time shall be within the process safety time.

d) CLASSIFICATION

The system shall meet demands for a safety requirement of class 6 according to DIN 19250 / 19251 with latest version. The system as a whole shall be certified by TUV in respect of Hardware, Software and function blocks. The following documents with respect to TUV and functional safety shall be provided along with the offer: 1. Possible degradation behavior of the offered system. 2. List of product dependant condition and restrictions proposed by TUV to meet the certification. 3. List of approved modules from TUV for the offered model. 4. Complete TUV Report of the offered model.

e) SYSTEM FACILITIES

a. Shutdown resetting shall be possible manually and confirmation of the same after all variables concerned has returned to normal conditions.

b. To avoid unwanted shutdown caused by process variables subject to rapid fluctuations, delay times shall be provided as per control philosophy.

Page 20: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 10 of 10

c. Supplier shall provide relevant interconnection for solenoid valves. d. Electrical power distribution shall be done as per requirement for System/Marshalling Cabinets, field

inputs/outputs and other nodes of the system. e. Redundant power supply in each cabinet shall be separate. f. On-line module replacement facility (hot swappable) of all redundant hardware, eg. CPU,

Communication module & bus, I/O, Power supply, etc. shall be possible.

Note: Vendor shall submit the detailed power distribution scheme along with the offer.

OPERATOR STATION STRUCTURE Operator Station (HMI) shall be Latest Industrial Grade PC complete with Main Memory 1GB or higher, Hard Disc 250 GB or higher, DVD writer, 22” flat LCD color monitor (Display Unit), Optical mouse, Standard Keyboard, Operating System (Windows XP or latest), Communication Interface Module, Power Supply Unit etc. operating in full screen mode & Windows mode configuration.

Operator station shall comply with the following requirements:

- To retain the system database. - To retain the historical database. - To perform mathematical calculation on process data (for reports and logs). - To retain the display pages background. - To drive system peripherals such as Printers, Monitors, keyboards etc. - Display pages fast recalling station (Navigator window) to recall display pages as required time to

time for user defined process windows. - It shall be possible to have access to a particular loop in a single step. - Minimum 05 nos. latest alarms shall be displayed on all pages. - To retain system and operating software. - Audit trail facility shall be available. - USB keyboard and optical mouse facility. Operating station shall be sized to retain a database of at least 1,00,000 process items. PC hard disk shall have minimum 250GB or higher capacity. Minimum reaction time for displaying different pages, refresh time, issue of commands and its feedback should be as fast as possible but not more than 1 second.

DISPLAY PAGES ORGANIZATION: The display pages shall be organized in such a way that the system shall allow the operator to recall pages of the plant without confusion or an accidental recalling of display pages relevant to units or areas out of its authority. For each system the following types of display pages with dynamic data shall be provided as minimum requirements:

- PLANT/UNIT OVERVIEW - AREA OVERVIEWS - CONTROL DRAWING WINDOW - SEQUENCE TABLE WINDOW - SFC / SEBOL WINDOW - CONTROL GROUP PAGES (FACE PLATES) - TUNING PANEL FOR EACH LOOP - OPERATOR GUIDE MESSAGE PANEL - SINGLE ITEM LOOP PAGES WITH DETAILS - HISTORICAL AND REAL TIME TREND PAGES - CUSTOM GRAPHICS PAGES - ALARM SUMMARY PAGES - DISPLAY ALARM WITH SYSTEM MESSAGING AT THE TOP OF OPERATION

WINDOW, - GENERATING ELECTRONIC BUZZER - CHANGING COLOUR STATUS - FLASHING KEY LAMPS

Page 21: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 11 of 11

- PRINTING AND STORING INFORMATION - LOG REPORTS INCLUDING ENERGY BALANCE - SYSTEM DIAGNOSTIC

These pages shall be unlimited to meet the process requirement. 5.5 ENGINEERING INTERFACE

In general, all configurations shall be possible from ENGINEERING STATION keeping different password level for operation and engineering purposes and one common station shall be separately assigned as ENGINEERING WORK-STATION for both BMS PLC system.

Engineering Station shall be Latest Industrial Grade PC complete with Main Memory 1GB or higher, Redundant Hard Disc 250GB or higher in RAID configuration, DVD writer, 22” flat LCD color monitor (Display Unit), Optical mouse, Standard Keyboard, Operating System (Windows XP or latest), Communication Interface Module, Power Supply Unit etc. operating in full screen mode & Windows mode configuration. The make and model of Industrial grade PCs shall be specifically mentioned by the parties in the BOM. Engineering station shall comply with the following requirements:

- To retain the system database. - To retain the display pages background. - To drive system peripherals such as printers, Monitors, keyboards etc. - Display pages fast recalling station (Navigator window) to recall display pages as required time to

time for user defined process windows. - To retain system and operating software. - USB keyboard facility. - USB optical mouse facility.

PC hard disc shall be redundant for Engineering Station and shall have minimum 250 GB or higher capacity available at the time of procurement. Hard disc shall be of RAID configuration (Data Mirroring) and compatible RAID controller software shall be considered.

5.6 SCOPE OF SUPPLY

Two separate systems including all accessories are required as per the system philosophy and system configuration at Annexure-I for CPP HRU-1 & HRU-2 of CPP as per Bill of Material indicated separately. The supply shall include but not limited to the equipment and ancillaries listed here below:

a. PLC in DMR configuration b. Independent Engineering stations with Color Laser Jet Printer. c. System / Marshalling Cabinets d. Bus & Interconnecting cables. e. I/O relays. f. Push buttons . g. Change over switches. h. Barriers, Isolators and relays as per area classification. i. Intelligent Inputs / output cards. j. Software to meet the Control philosophy. k. System & Engineering Documentation in hard & soft copies

Equipment, components, engineering and services may vary as per requirement without modifying the supply conditions. The unit rate of each item shall be given for any increase or decrease as per site requirement.

5.6 HARDWARE REQUIREMENTS

All hardware shall be selected as per system requirement and for PLC involving CPU, communication hardware, I/O processors & other hardware etc

The CPU shall contain the program memory at RAM level, and Application program in EEPROM/Flash EPROM for program memory. It shall be possible to replace the CPU with the system in operation, without requiring interruptions in process control or restarting the system.

Page 22: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 12 of 12

System scanning time shall be less than 200ms for all the applications programs. Power back up shall be provided for memory storage programs.

Maximum loading shall be 50% of CPU & program memory. Vendor to certify type of memories, back up, percentage of loading etc.

a. System response time ≤ 1 msec once abnormal condition is established b. System scans time ≤ 200 msec is preferred.

5.7 CPU STATUS INDICATORS

The CPU shall continuously monitor its own status and signal correct operation and error conditions by means of status LEDs fitted on the CPU itself. All the CPU diagnostic alarm shall be available on the operating station HMI also.

LEDs shall be provided for the following:

a. Processor status (RUN/FAULT) b. I/O status c. Backup battery status d. Memory link status e. Power supply status f. Communication Fault status

5.8 INPUT/OUTPUT MODULES

a. The PLCs inputs shall be designed to receive signals from field contacts in closed condition during normal operation, which open when process signal change preset condition.

b. The outputs are normally energized under normal conditions, and must be de-energized following changes in status of the relative input signals or system failure. Input/output modules shall be galvanically or optically isolated.

c. Input/Output cards should be limited to 32 channels d. It shall be possible to plug in or unplug the I/O modules while the chassis is energized, without disconnecting

the field connections. All the I/O terminations shall be wired to screw terminals on separate terminal blocks mounted inside the system cabinet.

e. Each I/O module shall continuously monitor its status and signal by means of status LEDs installed on the front panel of the module itself.

f. Digital Input signals shall be from SPDT voltage free contact. g. Signals to users shall be taken by means of multicore cables and plug in connectors. Output cards shall be

short circuit protected. h. Digital output signals shall be SPDT voltage free through interposing relays for:

i. Electrical sub-station (MCC) (230VAC/115VAC/110VDC–2A rating). ii. Solenoid valve rating is 115VAC-4A/110V DC-4A.

iii. Relay shall be of standard make like Omron or Izumi Denky. iv. All digital outputs shall be provided with fuse on fusible terminal strips with LED indication.

5.9 DIGITAL I/O ISOLATORS

All digital inputs/outputs shall be conditioned to meet electrical area classification through Ex-i isolators, which shall be having voltage free contact.

5.10 EVENT SEQUENCE RECORDER

The BMS PLCs system shall have built in alarm annunciation and Event Sequence Recorder function. Timing of ESR shall be with in 10 milliseconds for consecutive two events. In case SER is not a built in feature of PLC system, Vendor shall consider separate ESR system. Dedicated ESR printer shall be provided for HRU-1, HRU-2 & HRU-3.

5.11 BASIC SOFTWARE AND PROGRAMMING BMS PLCs shall have the provision for on line and off line programming through manual keyed switch and password. Also in built panel should be available in Engineering Station for registering and accessing forcing of digital I/O’s.

Page 23: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 13 of 13

The supply shall include all hardware and software required for developing the applications programs, graphics, event sequencing, alarm history, their modification and debugging. The programming station shall also have the facilities of the Operator Station i.e. for monitoring also. The programs and logic diagrams implemented in the system shall be available in printed form by means of the printer. The programming language shall be powerful, intelligent and user friendly for every stage of work and up to operation of PLC system especially for planning, designing interlocks logics and online/offline testing, maintenance. The following programming languages and tools but not limited to, shall be provided.

a. Standard relay ladder logic (RLL), statement list, Boolean logic symbols b. Graphics editing software. c. Drag & Drop facility for graphics and programming d. Zooming & layering facility in graphics e. Faults status (accessible via the applications software) f. Program documentation shall also be available in word / excel files and through printout. g. On-line data modification h. Input / output forcing i. Fault display in different group shall also be provided through dedicated keys. j. Online documentation for operation & programming k. Tools for alarm management l. Modbus package and required hardware for modbus communication.

6.0 PROJECT ADMINISTRATION

6.1 GENERAL Vendor shall provide the personnel and services necessary to assure the successful implementation of the system described in this specification.

6.2 PROGRESS REPORTING

After awarding of contract Vendor shall inform to owner about stage wise progress of the system as per detailed bar chart to be given by them. They shall also take care to revise the project schedule as per site requirement. The detailed schedule shall include general preparation, procurement, detailed engineering and design, stage wise testing/ checking, assembling and testing for trial run, preparation for FAT, notice to owner for FAT, schedule for FAT, packing/ forwarding and dispatch, schedule for erection and pre-commissioning, final commissioning and handing over the system as project completion. Vendor shall also take care for any other useful information for progress monitoring. A progress report draft indicating all the above mentioned activities shall be part of the offer.

7.0 AUXILIARY CABINETS AND ACCESSORIES:

All the system components shall be housed in cabinets with IP-30 protection.

7.1 SYSTEM CABINETS / MARSHALLING CABINETS : Logics and relevant ancillary devices shall be housed in standard cabinets. Access to the cabinet can be from front & rear; doors shall be provided with key lock; cabinets shall have openings on the bottom with removable cable gland plates. The cabinets shall be provided with proper lighting and cooling fan arrangements. The power supply of the fans shall be independent of system power supply and the fan failure alarm shall be configured and displayed on Operator Station. Fan failure and temperature detection unit shall be part of the system cabinet.

On the door front of each cabinet following indication shall be provided :

a. System Power supply OK b. System OK

Cabinets framework shall be provided and standardized in accordance to the following:

Page 24: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 14 of 14

a) Dimensions: 2100 (H) x 1200 (L) x 800 (D) b) Frameworks: Self standing type 2-2.5 mm CRCS steel plates c) Painting: In accordance to Manufacturer standard. d) Cables entry / access: From the bottom e) Cabinet access : From rear and front with locked doors complete with keys f) Copper grounding bars: g) Cables fixing with terminals and clamps etc. h) Service Power supply socket of 230V 50 Hz, 500 Watt i) Forced ventilation from top for all cabinets with thermostatically operated Fans. j) Panel lighting duplex fluorescent type with on/off switch. k) Reference Standard as per Indian or International standard valid in India. l) Cable duct of plastic with cover (150mm) sized to allow a loading coefficient of 80%. m) Power supply positioning in the cabinet shall be preferably on the top to avoid electromagnetic

interference to electronic components n) All interposing relays, barriers and isolators shall be installed in the Cabinets. o) The cabinets shall be supplied complete with all necessary hardware and accessories with complete

wiring. The workmanship and accessories shall be of high quality as per international standard. p) Cable glands suitable for I/O cables are included in the vendor’s scope and shall be as per

enclosed BOM. The cable glands shall be of Aluminum. q) All terminal strips shall be with fuse and LED indication. r) The base frames required for fixing of all the cabinets with all fixing bolts / anchor fasteners shall be in

the scope vendor. 7.2 CABINET GROUNDING SYSTEM

Each marshalling cabinet, system cabinet, etc shall have two separate grounding bars, one for safety purposes and the other one for operation purposes. The first, known as the “safety bar” for equipment / cabinets / console body grounding of appropriate size etc. The other bar, known as the “reference grounding bar” for system input/ output signals and system electronic module for reference zero-volt signal and with the metal cable shielding.

Cabinet and system grounding details shall be indicated in the offer for comments and approval. The vendor will design and provide “REDUNDANT PROTECTIVE EARTHING SYSTEM” as per international standard required for system and cabinets. All necessary hardware and accessories shall be part of supply within vendor battery limit. Other than that, the vendor shall provide earthing cable up to the earth pit for the system. The length and size of the cable shall be 600 MR and 25 sq.mm respectively.

7.3 WIRING

Wiring shall comply with the applicable IEC codes. Wiring for different voltage signals or different functions shall be terminated separately on dedicated terminal strips with color coding.

a. Wiring shall be accomplished with flexible stranded tinned copper wires sized in compliance with the applicable codes.

b. Wires shall be housed in plastic raceways of suitable dimensions to accommodate system cables, I/O signal cables etc. having 40% spare space for future expansion.

c. Raceways shall be organized to run electric wires according to their voltage level and function. Power supply wires and low voltage signal wires shall not be grouped together in the same raceways.

d. Terminal strips for the entering cables from / to field, sub-station and control room shall be in strict compliance with the supplied documents (junction boxes terminal drawings and other documents). The engineering documents shall be supplied as per schedule given by the vendor during kick off meeting.

e. The use of lock type plug-in connectors/cables to be provided for interconnections. f. Multicore cable shall be used for interconnections. g. Terminations, cables, wiring, components shall be properly tagged with ferruling at both sides of the

termination.

Page 25: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 15 of 15

h. Terminal strips shall be of adequate size min 1.5 mm2. PHOENIX / WIEDMULLERR make terminal strips are only acceptable.

i. Terminal strips for all the entry cables shall be knife edge types. j. Terminal strips shall be segregated as:

1. Digital input from field 2. Digital output to field 3. Digital input from MCC room 4. Digital output to MCC room 5. Digital input from local panels 6. Digital output to local panels

7.4 RELAYS

Interposing relays shall be provided for output to drive solenoid valves and digital input/output to MCC room. All relays shall be standardized in according to the following: a) Miniature type with Plug and socket, dust proof, electromechanical relay, screw terminals and coil status

indicating LED. b) Contacts: Minimum 2 SPDT contacts rated for 5 AMPS / 115 V AC or 24V DC minimum. Gold plated

contacts. c) Coil 24 V DC / 115VAC rated for 1-1.5 Watt maximum compatible with DCS solid-state output. d) Protection Anti spark diode for DC relay.

7.5 ANALOG INPUT/OUTPUT BARRIERS/ ISOLATORS

Barriers/Isolators are required to make the loop intrinsically safe and also to power the 2-wire field Transmitter as per electrical area classification with following characteristics. a) Type: Active, single channel isolator 24VDC, DIN rail mounted with LED status indication. b) Classification: E-EX-ia-IIC c) Input (input isolator) : 4-20 mA DC from field electronic transmitter to Isolator. d)Output (output isolator) : mA DC from Isolator to electro pneumatic converter /electro-pneumatic valve

positioner in the field. e) Manufacturer: STAHL, MTL, P&F

7.6 DIGITAL I/O ISOLATORS

All digital inputs will be conditioned to meet electrical area classification, Ex-i isolators characteristic as above with voltage free contact / proximity switch input from field and 2SPDT voltage free contact output

7.7 SIGNAL CONVERTERS

These shall be having provision of single input and dual output for input signal. Electronic converters generally are required for:

a) mV to mA (4~20 mA) converters on thermocouple signal (K type & J type as per ANSI – MC-96.1

standards) b) Resistance to mA (4~20 mA) converters for 3 wires Pt–100 RTD as per DIN 43760 c) Resistance to mA (4~20 mA) converters for position transmitter. (1 K potentiometer to 4~20 mA). d) All the above listed converters shall be able to cover the entire range of instruments.

7.8 POWER DISTRIBUTION CABINET (PDC)

These cabinets are required for terminating 115V 50HZ AC UPS & 110V DC redundant power cable with proper isolation switches and from there, for further distribution to DCS & BMS PLC system cabinets and other auxiliary cabinets as indicated above. Redistribution of power shall be with proper isolation through required rating of fuses and MCB. Cabinet shall be provided with one no. each Ammeter, Voltmeter and Power on lamp on the front door of the panel. 230V AC shall also be terminated and further distributed to all panel and shall be in vendor scope.

8.0 COMPONENT MARKING & INDENTIFICATION

Page 26: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 16 of 16

All component modules of the system shall be fitted with identification plates with the following data clearly printed as easily read:

a. Manufacturer’s name or trademark b. Part /model number c. Serial number d. Equipment code e. Power supply/ voltage, current and frequency

Each individual component (e.g. input/output modules, bypass switching device, switch, fuse etc.) shall furthermore be identified by a plastic plate showing its code. The documentation should reflect these identification marks.

9.0 NOISE AND FAULT PROTECTION

All I/O circuits shall be isolated from logic one signal processing circuits by means of opto-electronic couplers, or equivalent devices. Isolation from common over voltage peaks shall be at least 1500 V RMS.

All I/O circuits shall be designed so that accidental application of a voltage of 1000 VAC / DC on their terminals for unlimited period causes no damage to the DCS and BMS PLC system, and any damage if at all shall be limited to the affected module only.

The input/output circuits shall be fitted with protection against inductive loads, over currents, short circuit and reversed polarity of the applied voltage.

All input / output modules and processors shall be subjected to applied over voltage tests and tests of susceptibility to the types of electromagnetic interference specified in the data sheet.

10 ELECTRICAL POWER SUPPLY

The Owner shall provide 115 VAC UPS & 110 VDC supply through redundant feeder at one point only. The vendor shall meet further distribution of the supply and required hardware. The power supply distribution shall be redundant. The supplier of the PLCs shall be responsible for providing all the DC power supplies required for the different system components. System power supplies shall be redundant and working in parallel, in case of failure of one feeder the second one automatically takes the full load. Power supply shall be sized with 50% spare capacity considered at normal continuous load. A warning signal shall be monitored on Operator Station for power supply failure. Isolating switches and fuses with reverse protection shall be employed to isolate and protect the load; the suppliers shall guarantee cutout selectivity. The supplier shall provide the following data regarding power supply :

a. Total power consumed. b. Peak power requirements. c. Maximum tolerable no-voltage period. d. Power dissipated as heat. e. Number of units to be powered, the vendor shall ensure redundancy of power supply for each cabinet

/ rack.

11 DETAILED ENGINEERING The detailed engineering shall be done on the basis of finally agreed control philosophy and input / output counts. Accordingly all hardware shall be selected. The existing cablings, Junction boxes, and the interlock documentation of different system shall be utilized.

11.1 DOCUMENTS ISSUED BY OWNER

Following documents but not limited to, shall be supplied to vendor after awarding of contract as per schedule given during kick off meeting:

a. Logic & Interlock systems of Captive Power Plant. b. Wiring details for control room and cabling/ field junction boxes.

Page 27: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 17 of 17

The above documentation is to be considered as a basis for the development of detailed engineering for the shut down and alarm system.

11.2 DOCUMENTS TO BE SUPPLIED BY THE VENDOR

Vendor shall send to the owner, 3 copies of the documents required for approval within the agreed time schedule. Owner shall comment and give approval within agreed time schedule. Any change resulting from the revision of document shall be undertaken by the vendor with out any extra cost. The final documentation shall be supplied as as-built documentation after final commissioning and acceptance of the system. The final and as built documentation submission shall be the part of final acceptance and handing over of the system for closing the contract. These documents shall be supplied in accordance to attachment 26.0

The documentation shall comply with the following requirements:

a. The dimensions shall be in accordance with UNI standards. b. All project documentation including system instruction manuals shall be in English language. c. Each document shall bear the order number, the equipment number and the relevant description as well

as the vendor identification code. d. 5 sets hard copy and 3 sets in CD of the final documentation e. All documentation shall be type written or printed. f. The documentation shall also be provided in re-writable CDs so that modifications done at later stage

maybe incorporated. 11.3 DESIGN BASIC DOCUMENTS

In accordance to complete package system supply, the vendor is fully responsible for supply of materials, equipments testing equipment basic design document and final documentation.

Therefore the vendor will develop its engineering/configuration activity starting from the following “Design Basic Documents” received as project inputs.

a) Simplified loop diagrams to produce system configuration and control room inter-wiring. b) Preliminary drawing of standard and graphic pages. c) Description of possible interlocks or sequences. d) Drawings of junction boxes or terminal strips relevant to main plant and to sub-system

supplied by others to develop the control room inter-wiring engineering. e) Tag List summary with relevant details.

11.4 VENDOR ENGINEERING SERVICES

The vendor shall appoint a team for total execution of the project. The team shall include a project manager along with project team with their details i.e name and full address, telephone, fax and e-mail nos. The individual team shall be responsible for total execution of the contract for detailed engineering, manufacturing, assembling and testing, factory acceptance test and dispatch of material to Owners site. They shall also be responsible for any bad workmanship, short supply and replacement of item against damage during guarantee period. The erection and commissioning team shall also be from project team who shall be deputed to NFL Vijaipur site for successful erection and commissioning and handing over of the system at site.

During detailed engineering i.e. System development, interface development, testing of the system etc, the owner’s engineers may also be associated. The supplier has to submit plan for stage wise progress details. As per observation of Owner engineer at vendor works or at site, the minor changes shall be taken care by the vendor.

Cables shall be removed from existing cabinets and shall be terminated in the new marshalling cabinets by the vendor during the time of hooking up of the system. The consumables such as lugs, ferrules, cable markers etc. required for the same shall be in the scope of vendor.

The present supply shall include.

a) All the equipments fully engineered as detailed above.

Page 28: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 18 of 18

b) System configuration and application software. c) System documentation/manuals for all hardware and software in hard and soft copies in CDs. d) Project documentations in hard and soft copies in CDs. e) System full functional factory test and site acceptance test. f) Spare parts for two years operation. e) Training of Owner Personnel f) Grounding system g) Interconnecting cables and other special cables between cabinets. j) All installation, functional checking for pre-commissioning of the system during plant running,

hooking up of field input/outputs during shut-down and final commissioning and handing over. l) Any other hardware/software necessary to make the system complete in all respects.

12.0 GUARANTEE AND AVAILABILITY

The vendor shall specify the guarantee period and the liability of the vendor during this period shall be unlimited, within the scope of vendor’s supply and services contract.

The vendor shall calculate/indicate MTBF, MTTR and availability of the system for review, clearly bringing out how it will be fail-safe.

It is mandatory for the vendor to furnish assessment report of the system from ISA/Automation Research Institute or equivalent organization.

13.0 PROJECT DOCUMENTATION

In accordance to the project input data as described above, the vendor shall produce the following project documentation under his responsibility:

a) General specification of the system and relevant cabinets and console layouts. b) Drawings of each cabinet with placing of all internal devices. c) Internal and external interconnection diagrams. d) List of cards and components with relevant manuals. e) Cards rack loading. f) Cable list. g) Terminal strips drawings. h) Electrical single line diagrams. i) Power distribution diagrams. j) Listing of all software. k) Printouts of all display pages. l) System configuration and software on rewritable CD. m) Operator instruction guide. n) Plot Plan layout for various cabinets/racks/console etc. o) Cable layout inside control room. p) Wiring Diagram.

Vendor shall produce individual drawing for each loop and for each tag number showing all components of the loop including connections in field or with sub-systems including junction boxes etc. Each drawing shall have the following information as minimum requirement:

i) Identification of all terminals. ii) Cabinet (s) identification. iii) Rack (s) identification. iv) Card (s) position. v) Instrument tag. vi) Cable(s) identification and core(s) numbering. vii) Power supply identification. viii) Identification of termination of field junction boxes and inside cabinets.

q) As built drawing shall be prepared and supplied by vendor after site acceptance test in hard and soft copies.

r) Monthly progress reports.

Page 29: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 19 of 19

s) Factory acceptance test procedures. t) Statutory authority approval certificate.

13.1 SYSTEM STANDARD DOCUMENTATION

The system standard documentation shall include hard and soft copies of : a) Standard documentation for all supplied sub-system and components. b) Maintenance and instruction manual c) Trouble shooting manuals d) Installation/operation manuals e) Standard documentation for all standard software packages (operation system)

14.0 SPARE PARTS

Vendor shall supply spare parts @ 20% of the installed quantity for the whole system including sub-systems as indicated in scope of supply.

15.0 START-UP SERVICES

Vendor shall provide the on-site services during test run of the plant for extended period other than specified. System specialist shall be equipped with all necessary working tools, documentation and test equipments etc.

16.0 TRAINING COURSES

Training courses shall be provided to system operators, process engineers, maintenance technician and maintenance engineers for the supplied system for plant operation and effective maintenance etc. a. Advanced Training of Owner Engineers on DCS and BMS PLC system at OEM Works. Number of groups : Two Number of Persons per group: Six Duration: To be quoted by vendor Course : To be supplied by vendor

b. Training of Owner Personnel (Operation & Maintenance) for DCS and BMS PLC system at Owner site Number of groups: One Number of persons per group: Thirty Duration : To be quoted by vendor Course : To be supplied by vendor

17.0 INSPECTION, CHECKING PROCEDURE AND ACCEPTANCE

The supply will be subject to inspection and tests attended by owner as required in this specification and according to the methods indicated on the inspection data sheets (IDS). The owner witness does not relieve the vendor from his responsibilities for hardware, software, other accessories and services if required.

Vendor shall submit factory tests, installation, commissioning and acceptance procedures (for hardware, the procedures shall include: purpose of test, test definition, results expected and acceptance criteria).

Procedures shall include: method details, list of tests, execution, sequence, expected results and acceptance as listed on I.D.S.

Tests and acceptance of the system shall be carried out as per agreed procedures and criteria based on specified guidelines and the vendor’s standard procedures finalized during kick off meeting.

Client representatives are authorized to monitor supply completeness and compliance to the requirements as per specification. The supplier shall allow free access at any time to vendor works to owner’s representatives.

17.1 FACTORY TESTING AND ACCEPTANCE

Page 30: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 20 of 20

After detailed engineering and custom software generation and loading on the system the whole system simulation will be subjected to full functional test on full simulation basis of all inputs and outputs. Therefore, the whole system will be completely assembled, wired and staged for inspection and conducting the simulation test of 100% I/Os as per FAT procedure submitted by vendor and approved by the owner. The expected endurance of test at the manufacturer works shall be indicated. Such test will be considered preliminary and final similar test will be performed at site. Vendor shall submit a detailed test procedure within one month after placing of LOI/FOI for approval and comments. The vendor shall test and demonstrate the functional integrity of the system hardware and software.

The test shall be carried out when the system is in full assembled condition and no equipment wise test will be accepted. Vendor to provide all the needed facilities to comply with the above requirement. FAT shall be conducted by staging 100% I/Os of the system.

No material or equipment shall be shipped until all required tests are successfully completed and certified “Ready for shipment” by the owner representative. Owner can request additional tests if essential to prove the soundness of the system with no additional cost. The same shall be arranged by the vendor to the full satisfaction of the owner.

It shall be the 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.

The schedule for the factory testing shall be included in the proposal. Inspection data sheets will show the number and description of checks and tests to be performed.

17.2 QUALITY ASSURANCE

The vendor shall ensure for each electronic component of the system and shall conduct quality assurance test including tropicalisation test and submit report for the same. Vendor shall submit blank test report formats along with offer. The complete system shall be assembled / wired and powered on at vendor works for specified period as per standards conforming to safety class-6. Vendor shall record in the log book, the type and number of failed components, modules, its causes and consequences of failure, hours of operation before failure etc.

The inspection and factory acceptance shall be carried out in two phases and the minimum requirements shall be: i. Phase-I (manufacturer internal tests)

Tests report shall be submitted to owner for review within two weeks of completion for each test type, giving details.

The test log book shall contain the following information on the tests:

a) Date/time b) Assembly designation/loop tag number c) Test result and sign of personnel’s name d) Action required (if deficiency is detected) e) Action taken, date of completion and sign-off. f) Special test methods (including special equipment requirements, by-passes used etc.)

TEST DETAILS: The vendor shall perform following tests and the test report shall be forwarded to the owner representative.

Page 31: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 21 of 21

Quality control test shall be carried out to assure the quality of all components and modules in accordance with standards and vendor’s own quality control and assurance procedures. The vendor shall forward the details of these procedures for owner review. System Pre-test The vendor shall physically check the workmanship, including the system hardware, system cabinet, marshalling cabinets, racks and all other accessories. System power–up test The vendor shall at least check the functions of all system hardware and software including diagnostic software at sub-system level by simulating inputs.

ii. PHASE-II (in the presence of owner representatives) As per supplied documents, tests, reports and logbook history vendor shall arrange for same tests in the presence of owner representatives. The vendor shall give 20 days advance intimation to owner about the readiness of the system.

Following tests but not limited to shall be performed by the vendor and witnessed by owner representatives: a. Visual inspection b. Testing for correct operation of the shut down sequence, in accordance with the logic diagram, when

varying input statuses. c. Testing shutdown time from the moment of input status change. d. Testing the correct operation of input/output override switches. e. Programming station testing. f. Testing master backup switching time in the event of master failure. g. Testing for correct operation of system components under conditions of maximum allowed fluctuations of

power supply voltage. h. Simulation of power supply break and system restart. i. Correct operation of push buttons on cabinets and engineering consoles etc. j. 100% loop checking of the inputs and outputs of the system. k. 100% System checks including the online replacement of the redundant modules. l. Checking the software details and CPU & memory loading and system diagnostics checks.

17.3 SITE ACCEPTANCE TEST (SAT)

The system shall be considered acceptable only on compliance of following: a) The system with all sub-system including hardware, software, communication system, auxiliaries have

been supplied, installed and commissioned to the full satisfaction of the Owner. b) Training has been imparted to Owner personnel as stipulated above. c) All documentation as specified above as those required for completeness of the system.

All the equipment shall be thoroughly checked after receipt on site. The tests shall include but not limited to the following in the presence of Vendor's commissioning Engineer: a. Visual inspection b. Overall I/O module testing c. System configuration test d. Shutdown sequence test e. System diagnostics test f. System behavior test under simulated fault conditions. g. System behavior test under max. allowed supply voltage fluctuation conditions. h. Online Redundancy checking

Client shall take over the system from the vendor after the final acceptance test, which is defined as successful operation of the integrated system. The vendor’s personnel shall be present during the test.

Any malfunctioning in the system shall be rectified by replacement as required.

Failure of any component during erection/commissioning shall be replaced with new one. No repaired parts/modules shall be accepted.

Page 32: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 22 of 22

17.4 TESTING / CALIBRATION REQUIREMENTS Vendor shall make available all the consumables, instruments and equipment necessary for testing, calibration, maintenance etc, as defined in the scope of works at site.

18.0 PACKING AND FORWARDING

The packing cases shall have the minimum sizes compatible with the sizes of the parts contained in order to minimize the transport costs. A copy of instruction manuals installation, maintenance, operation shall be included in the cases. Mobile parts inside the equipment shall be fixed tightly to the structure. Special protection shall be used for fragile goods. Particularly delicate instrumentation shall be further protected from shocks to guarantee perfect stability during transport, by means of foam, rubber, felt, polystyrene foam, or other similar materials. Closed airtight polythene bags containing silica gel or other moisture absorbing products should also be used.

19.0 GENERAL CONDITIONS

Vendor shall indicate the following in his offer separately. a) Electrical power requirements for the total system b) Heat dissipation and air conditioning requirements c) Noise level of the system and marshalling cabinets, it should be less than 1dB at a distance of one

meter. d) Inrush current during main power ON. e) Estimated weight and dimensions of total system including marshalling cabinets, system cabinets and

IO interfaces. f) Organization charts / total engineering group at OEM works g) Supplier / service group after sales service in Asia Pacific region. h) Bidder shall quote strictly as per specification and comply all technical points by writing complied or

yes against each point and indicate the catalogue reference with page no. i) Offer shall be complete with all necessary documentation to evaluate the system characteristic and its

performance. Vendor shall also submit his own check out procedure as reference to owner. j) Vendor shall submit the User reference list. k) The vendor shall indicate the prices separately for:

i. Main item including all sub-systems and accessories. ii. Spares @20% or minimum one no. of each item including erection material

iii. Services iv. Unit price of each item including erection material which shall be helpful for any

addition/deletion during detailed engineering v. The vendor shall include all consumable materials required for satisfactory operation of the

system for at least one year. Same shall be part of the offer. l) All interconnection cables as per system requirements and standards shall be plug in type and further

tightly held with screws. m) The minimum distance from marshalling cabinet to other system peripherals and control system shall

be approximate 50mtrs. 20.0 UNIT PRICES

- Prices breakup shall be given for all the items quoted by the vendor. - As per requirement at different stages, the Bill of Material may vary. Therefore, unit prices of each item of

the system including erection material shall be quoted for any addition and deletion.

Apart from this unit prices shall also be indicated for installation and wiring, documentation & engineering and configuration of the same for major components.

Page 33: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 23 of 23

21.0 I/O COUNTS FOR CONTROL SYSTEM (DCS): INPUT/OUTPUT COUNT FOR HRU-1, HRU-2, HRU-3 AND COMMON SECTION

SL DESCRIPTION Common Section HRU-1 HRU-2 HRU-3

1 Analog input (4 to 24 mA) Powered 24VDC 50 18 18 65 2 Analog input (4 to 20mA) Non-Powered 10 10 10 12 3 Analog outputs (4-20 mA) 26 20 20 30 4 Temperature input ( RTD ) Pt 100 35 - - 35 5 Temperature input ( J-Type mv input) - 10 10 - 6 Temperature input ( K-Type mv input) 10 20 20 35 7 Digital inputs 85 80 80 135 8 Digital outputs 70 55 55 90 9 Pulse inputs with passive isolation - 3 3 -

10 Resistance to Current converters - 3 3 -

22.0 I/O COUNTS FOR BMS PLC SYSTEM (HRU-1 & HRU-2)

TYPE DESCRIPTION HRU-1 HRU-2 DIGITAL INPUT DI Digital input from field 120 120 DI Digital input from MCC / MOV/GTG 21 21 DI Digital input from DCS 52 52 DIGITAL OUTPUT DO Digital output to Solenoid Valve 45 45 DO Digital output to MCC / MOV/ GTG 40 40 DO Digital output to DCS 95 95

Page 34: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 24 of 24

23.0 BILL OF MATERIAL CONTROL SYSTEM (DCS)

S.No. Description as per terms and conditions of Tender enquiry

Model No.

Qty ( No.) Remarks

1.0 Operator Interface subsystem (PC based with operator console including Cooling fans, Air filters, etc.).

4

1.1 Printer (DMP 24 pin) 2 1.2 All other accessories ( to be indicated) 1 lot

2.0 Engineering Station (PC based with Engineering console)

1

2.1 Printer (Colour Laser Jet) 1 2.2 All other accessories ( to be indicated) 1 lot

3.0 Remote Monitoring Station (PC based) for Shift Incharge.

1

4.0 Redundant Controller and Data Acquisition subsystem

4 Sets To indicate as per I/O

4.1 Controller Processor unit 4.2 Power supply units 4.3 Interface units 4.4 External Interface units, if any 4.5 Power distribution units, if any 4.6 Cooling fans ( 2 No) each cabinet 4.7 Air Filter for circulating air etc. 4.8 Any other items ( to be indicated)

5.0 Input / Output cards To be indicated as per I/O

5.1 Analog input cards (4~20mA) 5.2 Analog output card (4~20 mA) 5.3 MilliVolt input card 5.4 Digital input card 5.5 Digital output card

5.6 Resistance (Potentiometer) to Current converter card

5.7 RTD (Pt-100) input card 5.8 Pulse input card 5.9 I/O rack power supply unit (Redundant) 5.10 I/O rack communication module (Redundant) 5.11 I/O racks 5.12 Any other items (to be indicated) 6.0 Barriers and Isolators As per I/O count 6.1 Analog input active barrier 6.2 Analog input passive barriers 6.3 Analog output active barrier 6.4 MV input barrier 6.5 Pulse input barrier 6.6 Potentiometer input barrier 6.7 RTD input barrier 6.8 Other signal conditioning hardware 6.9 Any other items ( to be indicated) 7.0 Other Accessories 7.1 Cable glands for 2 core cable, 1.5sq.mm 35 7.2 Cable glands for 2 core cable, 2.5sq.mm 15 7.3 Cable glands for 3 core cable, 1.5sq.mm 5

Page 35: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 25 of 25

7.4 Cable glands for 4 core cable, 1.5sq.mm 20 7.5 Cable glands for 10 core cable, 1.5sq.mm 30 7.6 Cable glands for 12 core cable, 1.5sq.mm 19 7.7 Cable glands for 19 core cable, 2.5sq.mm 5 7.8 Cable glands for 20 core cable, 1.5sq.mm 40 7.9 Cable glands for 24 core cable, 1.5sq.mm 5 7.10 Cable glands for 24 core cable, 0.5sq.mm 15 7.11 Cable glands for T/C Cable 5 pair, 0.5 sq.mm. 5 7.12 Cable glands for T/C Cable 12 pair, 0.5 sq.mm. 5

8.0 System Cabinet DIM:800 (W)x2100(H)x800(D) mm

As per requirement

9.0 Marshalling cabinet DIM:1200(W)x2100(H)x800(D) mm

As per requirement

10.0 Power supply cabinet As per requirement

11.0 Communication Bus System and all related hardware to be indicated separately

1 lot

11.1 System cables 11.2 Data highway / bus 11.3 Power cable 11.4 Grounding cable 11.5 Other interconnecting cables 11.6 Protocol converters, if required 11.7 Any other items ( to be indicated)

12.0 Bulk Power Supply for controller, marshalling cabinets, etc.(make)

1 lot As per requirement

13.0 Network switches As per requirement 13.1 Networking accessories 1 lot 14.0 System software for the following: 1 lot As per requirement 14.1 Controller

14.2 Operating stations & Remote Monitoring station

14.3 Engineering stations 14.4 Driver software for other systems

14.5 Display pages, graphic pages, trend pages, reports etc.

14.6 Self tuning / auto tuning 14.7 Self documentation

14.8 Any other software for completeness of total package

14.9 Any other communication software for communication with other systems, if reqd.

15.0 Documentation 5 sets+ 3 sets in CDs

15.1 System documentation -do- 15.2 Project engineering documentation -do- 15.3 Documentation for bought out items -do- 16.0 Maintenance tools and test equipments 16.1 Special tool kit 4 sets

17.0

Mandatory spares of the system, erection material and consumables for two years operation. To be indicated separately (@20% or minimum one number each of installed quantity)

1 lot To be indicated item wise

Page 36: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 26 of 26

24.0 BILL OF MATERIAL FOR BMS PLC SYSTEM

S.No. Description as per terms and conditions of Tender enquiry

Model No.

HRU-1 Qty (No.)

HRU-2 Qty ( No.)

Remarks

1.0 Engineering Station (PC based with Engineering console) Complete with Hardware & software

1 Set

1.1 Operator Station (PC based with Operator console) Complete with Hardware & software

3 Sets

1.2 Hard Copier Printer (Color Laser Jet) 1 No. 1.3 ESR Printer (Dot Matrix) 3 Nos. 1.4 Ethernet 10/100 mbps redundant Bus 1 Set

1.5 Any other items and accessories (To be indicated)

1 Set

2.0 Redundant PLC system 1 Set 1 Set To indicate as per I/O 2.1 Main Rack 2.2 Central Processing Unit 2.3 Power Supply Unit 2.4 Communication Interface Module 2.5 Communication Buses 2.6 I/O Racks 2.7 Digital Input Module 2.8 Digital Output Module 2.9 I/O rack power supply 2.10 I/O rack communication module 2.11 Bulk Power supply 2.12 Digital Input Isolators (Smart type with line

monitoring feature)

2.13 Interposing Relays 2.14 Any other items (to be indicated) 3.0 Accessories 3.1 Emergency / override switches 02 02 3.2 Cable glands for 2 core cable, 1.5sq.mm 15 15 3.3 Cable glands for 10 core cable, 1.5sq.mm 15 15 3.4 Cable glands for 24 core cable, 1.5sq.mm 15 15 3.5 Cable glands for 30 core cable, 1.5sq.mm 15 15 3.6 Any other items to be indicated 5.0 Networking accessories 5.1 Network switches As reqd 5.2 General networking accessories 01 lot 01 lot

6.0 System Cabinet Dimension: 800 (W)x2100(H)x800(D) mm

As per requirement

7.0 Marshalling cabinet Dimension:1200(W)x2100(H)x800(D) mm

As per requirement

8.0 Power supply cabinet As per requirement 9.0 Software 1 lot As per requirement 9.1 Software for PLC controller 9.2 Software for operator station 9.3 Software for graphic pages, display pages,

reports etc

9.4 Software for Engineering station 9.5 Software for ESR 9.6 Driver software for all items installed

Page 37: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 27 of 27

9.7 Any other software for completeness of the system

9.8 Software for MODBUS communication 9.9 Any other software for the completeness of

the system

10.0 Documentation 01 lot 10.1 System Documentation (5 sets in hard copy +

3 sets in CD)

10.2 Project Engineering Documentation 10.3 Documentation for bought out items 10.4 Any other to be indicated 11.0 Factory Acceptance test 01 lot 12.0 Site preparation, Erection and Commissioning

of the complete system and Site acceptance test

01 lot

13.0 Commissioning Engineer charges; Per diem rates (at the Owner's option)

50 mandays

14.0 Packing & Forwarding 01 lot 15.0 Transportation and Insurance 01 lot 16.0 Maintenance tools and test equipments 17.0 Special tool kit 4 sets

18.0

Mandatory spares of the system, erection material and consumables for two years operation. To be indicated separately (@20% or minimum one number each of installed quantity)

1 lot

To be indicated item wise

Note :

1. All Operator Station & Engineering Station cabinets, system cabinets and marshalling cabinets shall be having air circulation fans, humidity indicators and temperature indicators.

2. The BOM format may be used for quoting of mandatory spares @20% 3. It is mandatory that vendors has to indicate and quote @20% for any other item / module used in the system

which is not specified in the above list failing which vendor has to supply the same free of cost if noticed on a later stage.

4. Spares shall be quoted @20% of the installed quantity subject to minimum one number of each item.

Page 38: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 28 of 28

25.0 Common Services related with Supply, Erection and Commissioning (Indicative) for DCS & BMS PLC System

S.No. Description Qty. Remarks 1.0 Factory acceptance Test 1 lot 2.0 Packing and forwarding 1 lot 3.0 Transportation and insurance 1 lot 4.0 Training to Owner Personnel 1 lot a. Advanced Training of Owner Engineers

on DCS & BMS PLC system at OEM Works. Number of groups : Two Number of Persons per group: Six Duration: To be quoted by vendor Course : To be supplied by vendor b. Training of Owner Personnel (Operation) for DCS & BMS PLC system at Owner site Number of groups: One Number of persons per group: Thirty Duration : To be quoted by vendor Course : To be supplied by vendor

5.0 Site Acceptance Test 1 lot 6.0 Site mobilization, Erection and

commissioning charges (Lump sum) 1 lot

7.0 Others if any, Per-diem Rates ( At Owners option)

50 mandays

Page 39: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 29 of 29

26.0 TECHNICAL DOCUMENTATION

AFTER ORDER WEEK SL.NO. DESCRIPTION WITH BID

5 sets APPROVAL IN 5sets

FINAL 5 sets + 3 in CDs

REMARKS

1.0 GENERAL

1.1 Vendor engineering and service personnel organization chart including set up for this project.

Yes - -

1.2 Training facilities at works Yes - - 1.3 Reference list of users Yes - - 1.4 Descriptive Catalogue/Literature Yes - - 1.5 Typical system and loop drgs. Yes - - 1.6 System evaluation Report by TNO /

WIB / reputed agency Yes - -

1.7 Progress Report - Yes - Fortnightly

2.0 ENGINEERING DOCUMENTS 2.1 System Architecture Yes Yes Yes 2.2 Detailed list of components Yes Yes Yes 2.3 Power requirement - KVA Yes Yes Yes 2.4 Heat Dissipation - Kcal/H Yes Yes Yes 2.5 System cabinets and console a Arrangement of components Yes Yes Yes b Structure, dimension etc. Yes Yes Yes

2.6 Auxiliary cabinets a Arrangement of components/Modules Yes Yes Yes b Structure, dimension etc. Yes Yes Yes

2.7 Electrical power supply distribution diagram

Yes Yes Yes

2.8 System drawings (Loop diagrams, reports etc.)

- Yes Yes

2.9 Operating graphic diagram - Yes Yes 2.10 Wiring diagram - Yes Yes 2.11 Terminal strip diagram - Yes Yes 2.12 Interconnection diagram - Yes Yes 2.13 Cable List - Yes Yes 2.14 Earthing system Yes Yes Yes 2.15 Miscellaneous drawings. - Yes Yes 2.16 Diagnostic software details Yes Yes Yes

3.0 SPARES PARTS 3.1 2-years operation spares - - Yes

4.0 CERTIFICATES 4.1 Authority approval for Ex-proof / IS

etc. Yes - Yes

Page 40: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 30 of 30

4.2 Vendor's guarantee - - Yes

5.0 INSPECTION AND TEST 5.1 Inspection and test report from

vendor's quality control depth. - - Yes

5.2 Factory Acceptance Test Procedure Yes Yes Yes

6.0 MANUALS 6.1 Vendor's Test Procedure Yes - Yes 6.2 Installation Manual - - Yes 6.3 Operating Manual for Hardware and

Software - - Yes

6.4 Maintenance Manual for Hardware and Software

- - Yes

6.5 Software Configuration Manual - - Yes

7.0 ELECTRONIC DOCUMENTATION 7.1 System - Configuration on CD - Yes Yes 7.2 All Documentation in CDs Yes

8.0 QUALITY ASSURANCE PLAN Yes Yes Yes

REMARKS

1.0 These documents cover the minimum requirements but not limited to above shall be supplied

in required sets. Any other document required to understand/ maintain the system if felt necessary till handing over, shall be supplied by the vendor.

2.0 All documents shall be supplied in English language as per above schedule in bound volumes.

3.0

One set of final detailed termination wiring interconnection diagram shall be kept inside each cabinet and equipment.

4.0 All the above documents shall be supplied in soft copies as mentioned. 5.0 Vendor shall supply list of brought out items with vendor's Name, Address, Contact persons

and required sets of documents as above.

Page 41: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 31 of 31

27.0 INSPECTION & TESTING

Sl.NO. DESCRIPTION INSPECTION BY REMARKS

VENDOR NFL THIRD PARTY

1.0 CABINETS AND SUPPORTING

STRUCTURE 1.1 Visual and Dimensional check N-6 N-1 - SN-4 1.2 Painting check N-6 N-1 - SN-4 1.3 Mechanical operation check N-6 N-1 - SN-4 1.4 Mechanical protection check N-6 N-1 - SN-4 1.5 Sheet Steel Thickness check N-6 N-1 - SN-4 1.6 Workmanship check N-6 N-1 - SN-4

2.0 CABINETS-ASSEMBLY-WIRING 2.1 Wiring laying, separation and termination

check N-6 N-2 -

2.2 Check for easy accessibility and removal of components

N-6 N-2 -

2.3 Grounding Circuit check N-6 N-1 - 2.4 Suitability for environmental conditions N-6 - - 2.5 Check for safety execution N-6 N-8 - 2.6 Rated data on insts/accessories check N-6 N-3 -

3.0 FINAL TESTS AND CHECKS 3.1 Compliance with specifications and

drawings. N-6 N-1 -

3.2 Check for test and calibration instruments N-6 N-4 - 3.3 Marking check N-6 N-1 - 3.4 Power supply system check N-6 N-1 - 3.5 Peripheral equipment wiring N-6 N-2 - 3.6 Process interface input-out wiring N-6 N-2 - 3.7 Insulation resistance test N-6 N-3 - 3.8 Grounding circuit test N-6 N-1 - 3.9 Outlet contact rating check N-6 N-2 - 3.10 Analog input list N-6 N-2 - N-10 3.11 Analog output list N-6 N-2 - N-10 3.12 Digital input and output list N-6 N-2 - N-10 3.13 Central processing unit test N-6 N-2 - N-10 3.14 Data processing input-output Sub-system

list N-6 N-2 - N-10

3.15 Digital sub-system interface test N-6 N-2 - N-11 3.16 Interference check between system and

other plant Communication gadgets

N-9 - - N-10

3.17 Noise immunity list N-9 - - N-10 3.18 Environmental Test N-9 N-2 - N-10 3.19 RFI & EMI check N-9 N-2 - N-10

Page 42: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 32 of 32

4.0 ACCESSORIES TESTS AND CHECK

Compliance with specification for programming unit, VDU, printer, event sequence recorder, etc.

N-6 N-1 -

5.0 SYSTEM TEST

N-6 N-1 SN-2

Functional test of whole system including :

SN-3

- Operating system test - Data acquisition and control software

test (process interface data base, displays, logs, 0perator interface etc.)

- Application Software test (graphic displays, custom logs/report/calculations, interface gateways, custom programmes etc.).

6.0 Documentation check - N-1 -

REMARKS I - SPECIAL NOTES (S.N.)

SN-1

(a) This inspection data sheet covers the minimum inspection checks and tests required to ensure the compliance with purchase order specifications and codes requirements.

(b) Vendor shall also carry out checks and tests as per his standard/approved quality assurance plan, before staging the system for Factory Acceptance Test.

SN-2 As per approved Factory Acceptance Test Procedure. SN-3 Simulation test for 100% Inputs and Outputs SN-4 Stage wise and final. II - NOTES (N) N-1 Test/checks witnessed - 100% N-2 Tests/checks witnessed for Type /Lot -

10% N-3 Tests/checks witnessed one sample for

each type N-4 Reserve the right to witness N-5 Original certificate N-6 Tests/check certified by vendor N-7 Conformity certificate by vendor N-8 Statutory Authority approval certificate N-9 Certificate for prototype test N-10 According to ISA-RP-55.1 or equivalent N-11 According to vendor procedures III - REFERENCE

CODES/STANDARDS/DOCUMENTS 1 Purchase order copy 2 Approved project documents 3 Approved Factory Acceptance Test

Page 43: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 33 of 33

Procedures 4 ISA-RP-55.1 - Hardware testing of

Digital process computers 5 IEC - 529 6 IEC - 68/2

27.1 LIST OF TECHNICAL DOCUMENTATION

WITH ORDER

DESCRIPTION

DESCRIPTIVE LITERATURE

WITH BID NUMB

ER OF COPIES

DELIVERY AFTER ORDER (CALENDAR WEEK)

PENALTY

NOTES

TYPICAL DRAWING X VENDOR ORGANIZ AND SERVICE X ENQ. PERSONNEL ORGANIZ CHART X DISSIPATED POWER KCAL/H X 3 6 YES POWER REQUIREMENT KVA X 3 6 YES SYSTEM ARCHITECTURE X 4+1 ® 6 YES A INTERCONNECTION CABINETS DIAG X 4+1® 16 YES A PROJECT SCHEDULE X 3 2 YES A DIM,WEIGHTS OF CABINET & DESK X 4+1 ® 4 YES ELECTRICAL POWER SUPPLY DIAGRAM X 4+1 ® 16 YES A DETAILED LIST OF COMPONENTS X 4+1 ® 18 YES WIRING DIAGRAMS 4+1 ® 20 YES TERMINAL STRIP WIRING 4+1 ® 22 YES CABLE DISTR.IN CONTROL ROOM 4+1 ® 16 YES A EL OPERATION DRAWINGS 4+1 ® 16 YES CABLE LIST 4+1 ® 16 YES A OPERATING LOGIC DIAGRAM X 4+1 ® 26 YES PART LIST/DRAWINGS 4+1 ® 20 YES SPARE PART FOR 2 YEARS OPERATIONS X 3 4 YES SPARE PARTS FOR COMMISSIONING X 3 4 YES INSTALLATION MANUALS 5 30 YES OPERATING MANUALS 5 30 YES MAINTENANCE MANUAL 5 30 YES SW CONFIGURATION MANUAL 5 30 YES CERTIFIC. & OTHER APPROVAL X 3 4 YES TEST SCHEDULE AND PROCEDURE 3 4 YES TEST CERTIFICATE 3 30 YES CABINET DETAILS WITH STEEL STRUCTURES NAME PLATES, ARRANGEMENT OF WARDWARE 4+1 ® 30 YES CONFIGURATION DETAILS (PRINT & BACKUP ON CD) X 5 30 YES

Page 44: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Page 34 of 34

27.2 INSPECTION DATA SHEET

CONDUCTED BY SL.NO. CHECKS / TESTS OWNER SUPPLIER

REMARKS

1 FABRICATION 1.1 Visual / dimension 4 1.2 Painting 4 1.3 Mech. operation 4 1.4 Mech. Protection 4 1.5 Steel sheet thickness 2 ASSEMBLY

2.1 Wiring connection to interface terminal strip 2 4 2.2 Easy accessibility and removal of component 2 4 2.3 Earthing ckt. check 1 4 3 FINAL

3.1 Compliance with spec. 1 4 3.2 Dimensional 2 4 3.3 Quality/Workmanship 1 4 3.4 Accessories 1 4 3.5 Nameplate 1 4 3.6 Examination of hardware test documentation 1

4

4 TEST 4.1 Verification of testing instruments 3 4 5 HARDWARE

5.1 Power supply system 2 4 5.2 Peripheral equipment wiring 2 4 5.3 Process interface input/output wiring 2 4 5.4 C.P.U. 1 4 5.5 Input/Output-(storage, device, printer, VDU, etc.) 1 4 5.6 Digital I/O 1 4 6 STANDARD & SOFTWARE

6.1 Operating system 6.2 (Executive, compiler, utility programme etc.) 1 4

1. WITNESS FOR ALL MATERIAL 2. WITNESS IN 10% 3. RESERVE THE RIGHT TO WITNESS 4. CHECK CERTIFIED BY THE

MANUFACTURER

Page 45: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

ANNEXURE-I(C) CONTRO SYSTEM CONFIGURATION

FOR CAPTIVE POWER PLANT

• Existing BMS PLC system along with SOE for HRU-3 shall be retained, Connectivity of BMS PLC to new DCS is in Vendor scope.

• GTG-1/2/3 Control Data shall be monitored in DCS also. Connectivity to DCS is in Vendor scope.

SHIFT INCHARGE

MONITORING STATION

HRU-1 BMS PLC SYSTEM

ENGINEERING STATION FOR

ALL DCS

PRINTER

Marshalling Cabinet & Signal Conditioning

OPERATOR STATION

4

OPERATOR STATION

3

OPERATOR STATION

2

OPERATOR STATION

1

BMS OPERATOR

STATION HRU-2

BMS OPERATOR

STATION HRU-1

ALARM PRINTER

LOG PRINTER

Redundant Plant Data Highway

HRU-1 FIELD I/Os

BMS PLC-1&2 ENGG.

STATION

PRINTER

MUX (4 Nos)

MODBUS

HRU-1 SOE

HRU-1 DCS SYSTEM

HRU-1 PLC

HRU-1 DCS

HRU-2 FIELD I/Os

Marshalling Cabinet & Signal Conditioning

HRU-2 DCS SYSTEM

HRU-2 BMS PLC SYSTEM

HRU-2 DCS

HRU-2 PLC

HRU-3 DCS SYSTEM

*HRU-3 BMS PLC SYSTEM

Marshalling Cabinet & Signal Conditioning

HRU-3 DCS

*HRU-3 PLC

HRU-3 FIELD I/Os COMMON SECTION FIELD I/Os

Marshalling Cabinet & Signal Conditioning COMMON SECTION

DCS

COMMON SECTION

DCS SYSTEM

BMS OPERATOR

STATION HRU-3

HRU-2 SOE

HRU-3 SOE

GTG-3 CONTROL SYSTEM

GTG-2 CONTROL SYSTEM

GTG-1 CONTROL SYSTEM

HRU3 BMS PLC ENG STN

Page 46: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Battery Room

5

A/C

4

3

6

12

1 MAIN DOOR

9

10

11

7 2 8

Existing Layout of the CPP Control Room

1. Main Door 2. GTG-1/2/3 Monitor 3. Existing PLC (1500Wx1100D)

cabinet for HRU-1, HRU-2, P.B. & Common Section.

4. Existing Electrical Control Panel for GTG-1/2/3 & Switch Gears

5. UPS & Power Distribution Cabinet 6. Existing Control Panel for HRU-1,

HRU-2, P.B. and Common & Auxillary.

7. Existing DCS & BMS Operating Station for HRU-3

8. Existing Alram & Data Printers 9. Existing PLC system &

Marshalling Cabinet for HRU-3 10. Existing DCS system &

Marshalling Cabinet for HRU-3 11. Existing DCS Engineering Station

& BMS PLC/ SER 12. Emergency Door 13. Shaded portion (3000x6500 mm)

space for proposed Marshalling cabinet of HRU1,2 & Common Section

14. Shaded Portion (3000x3800 mm) space for proposed 6 nos. Operating station And Alarm & Data Printers

15. Shaded portion (3000x3900 mm) space for proposed DCS system cabinet, marshalling cabinet for HRU-3 and Engineering station for DCS & PLCs.

Note : Drawing not to scale.

N

14

15

13

ANNEXURE-I(D)

Page 47: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Annexure-I(E)

The following Major items of existing Control System may be offered for buyback to vendors:

1. M/s H&B make (now M/S ABB) Freelance 2000 Redundant Distributed Control System with 384 Analog and Digital I/O channel.

Qty : 1 No.

2. M/S OMRON make Sysmac C500 PLC system with 256 Digital I/O channel

Qty : 2 Nos.

3. M/S Yamatake Honeywell make Programmable Controllers and Board Instruments

1. Programmable Controller , Model : KMM101Z 6 No.

2. Programmable Controller , Model : KMM201Z 9 No.

3. Fixed Program Controller, Model : KMS100Z 4 No.

4. Fixed Program Controller, Model : KMS200Z 2 No.

5. Programmable Arithmetic Relay, Model: KMP001Z 6 No.

6. 2-Point Recorder, Model: KMR200Z 14 No.

7. Multipoint Recorder Model : NRM92Z 3 No.

8. 1-Point Indicator, Model: KMF100Z 3 No.

9. 1-Point Indicator, Model: KMF200Z 3 No.

10. Manual Setter Model : KME00Z 2 No.

11. Wiring Block, Model: KMW200Z 1 No.

12. Wiring Block, Model: KMW200Z 5 No.

13. Monitor Switch, Model: NTX143Z 24 No.

14. Monitor Switch, Model: NTX144Z 1 No.

15. POT/V Converter, Model: NTX190Z 4 No

16. mV/I converter, Model: NTX100Z 10 No.

17. ISOLATOR, Model NTW183Z 9 No.

18. 8907 series Zener Barries 80 No.

19. Alarm Annuciator 50-channels 2 Nos.

20. Alarm Annuciator 25-channels 1 Nos.

Page 48: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Annexure: IIA(i) (Schedule of rates for supply of material for DCS as per BOM)

(Both for Indian & Foreign Bidders)

Sub: Your Tender No. NFV/PUR/BIC101282/1101923E Dated 25-03-2011 due on 29-04-2011

S.No. Description as per terms and conditions of Tender enquiry

Model No.

7�8��( No.)

Currency & Unit Prcie Remarks

1.0 Operator Interface subsystem (PC based with operator console including Cooling fans, Air filters, etc.).

4

1.1 Printer (DMP 24 pin) 2 1.2 All other accessories (to be indicated) 1 lot

2.0 Engineering Station (PC based with Engineering console)

1

2.1 Printer (Colour Laser Jet) 1 2.2 All other accessories (to be indicated) 1 lot

3.0 Remote Monitoring Station (PC based) for Shift Incharge.

1

4.0 Redundant Controller and Data Acquisition subsystem

4 Sets To be indicated as per I/O

4.1 Controller Processor unit 4.2 Power supply units 4.3 Interface units 4.4 External Interface units, if any 4.5 Power distribution units, if any 4.6 Cooling fans ( 2 No) each cabinet 4.7 Air Filter for circulating air etc. 4.8 Any other items ( to be indicated)

5.0 Input / Output cards

To be

indicated as per I/O

5.1 Analog input cards (4~20mA) 5.2 Analog output card (4~20 mA) 5.3 MilliVolt input card 5.4 Digital input card 5.5 Digital output card

5.6 Resistance (Potentiometer) to Current converter card

5.7 RTD (Pt-100) input card 5.8 Pulse input card 5.9 I/O rack power supply unit (Redundant)

5.10 I/O rack communication module (Redundant)

5.11 I/O racks 5.12 Any other items (to be indicated)

6.0 Barriers and Isolators As per I/O count

6.1 Analog input active barrier 6.2 Analog input passive barriers 6.3 Analog output active barrier 6.4 MV input barrier 6.5 Pulse input barrier 6.6 Potentiometer input barrier 6.7 RTD input barrier 6.8 Other signal conditioning hardware 6.9 Any other items ( to be indicated) 7.0 Other Accessories 7.1 Cable glands for 2 core cable, 1.5sq.mm 35 7.2 Cable glands for 2 core cable, 2.5sq.mm 15 7.3 Cable glands for 3 core cable, 1.5sq.mm 5 7.4 Cable glands for 4 core cable, 1.5sq.mm 20

Page 49: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

7.5 Cable glands for 10 core cable, 1.5sq.mm 30 7.6 Cable glands for 12 core cable, 1.5sq.mm 19 7.7 Cable glands for 19 core cable, 2.5sq.mm 5 7.8 Cable glands for 20 core cable, 1.5sq.mm 40 7.9 Cable glands for 24 core cable, 1.5sq.mm 5 7.10 Cable glands for 24 core cable, 0.5sq.mm 15

7.11 Cable glands for T/C Cable 5 pair, 0.5 sq.mm.

5

7.12 Cable glands for T/C Cable 12 pair, 0.5 sq.mm.

5

8.0 System Cabinet DIM:800 (W)x2100(H)x800(D) mm

As per requirement

9.0 Marshalling cabinet DIM:1200(W)x2100(H)x800(D) mm

As per requirement

10.0 Power supply cabinet As per requirement

11.0 Communication Bus System and all related hardware to be indicated separately

1 lot

11.1 System cables 11.2 Data highway / bus 11.3 Power cable 11.4 Grounding cable 11.5 Other interconnecting cables 11.6 Protocol converters, if required 11.7 Any other items ( to be indicated)

12.0 Bulk Power Supply for controller, marshalling cabinets, etc.(make)

1 lot As per requirement

13.0 Network switches As per requirement

13.1 Networking accessories 1 lot

14.0 System software for the following: 1 lot As per requirement

14.1 Controller

14.2 Operating stations & Remote Monitoring station

14.3 Engineering stations 14.4 Driver software for other systems

14.5 Display pages, graphic pages, trend pages, reports etc.

14.6 Self tuning / auto tuning 14.7 Self documentation

14.8 Any other software for completeness of total package

14.9 Any other communication software for communication with other systems, if reqd.

15.0 Documentation 5 sets+ 3 sets in CDs

15.1 System documentation -do- 15.2 Project engineering documentation -do- 15.3 Documentation for bought out items -do- 16.0 Maintenance tools and test equipments 16.1 Special tool kit 4 sets

Page 50: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Annexure: IIA(ii) (Schedule of rates for supply of material for BMS PLC System as per BOM)

(Both for Indian & Foreign Bidders)

Sub: Your Tender No. NFV/PUR/BIC101282/1101923E Dated 25-03-2011 due on 29-04-2011

S.No. Description as per terms and conditions of Tender enquiry

Model No.

HRU-1 Qty (No.)

HRU-2 Qty

( No.)

Currency & Unit Prcie

Remarks

1.0 Engineering Station (PC based with Engineering console) Complete with Hardware & software

1 Set

1.1 Operator Station (PC based with Operator console) Complete with Hardware & software

3 Sets

1.2 Hard Copier Printer (Color Laser Jet) 1 No. 1.3 ESR Printer (Dot Matrix) 3 Nos. 1.4 Ethernet 10/100 mbps redundant Bus 1 Set

1.5 Any other items and accessories (To be indicated)

1 Set

2.0 Redundant PLC system 1 Set 1 Set 2.1 Main Rack To be indicated

as per I/O 2.2 Central Processing Unit 2.3 Power Supply Unit 2.4 Communication Interface Module 2.5 Communication Buses 2.6 I/O Racks 2.7 Digital Input Module 2.8 Digital Output Module 2.9 I/O rack power supply 2.10 I/O rack communication module

To be

indicated as per I/O

2.11 Bulk Power supply 2.12 Digital Input Isolators (Smart type with

line monitoring feature)

2.13 Interposing Relays 2.14 Any other items (to be indicated) 3.0 Accessories 3.1 Emergency / override switches 02 02 3.2 Cable glands for 2 core cable, 1.5sq.mm 15 15 3.3 Cable glands for 10 core cable,

1.5sq.mm 15 15

3.4 Cable glands for 24 core cable, 1.5sq.mm

15 15

3.5 Cable glands for 30 core cable, 1.5sq.mm

15 15

3.6 Any other items to be indicated 5.0 Networking accessories 5.1 Network switches As per I/O

count 5.2 General networking accessories 01 lot 01 lot

6.0 System Cabinet Dimension: 800 (W)x2100(H)x800(D) mm

7.0 Marshalling cabinet Dimension:1200(W)x2100(H)x800(D) mm

8.0 Power supply cabinet 9.0 Software 1 lot 9.1 Software for PLC controller 9.2 Software for operator station

Page 51: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

9.3 Software for graphic pages, display pages, reports etc

9.4 Software for Engineering station 9.5 Software for ESR 9.6 Driver software for all items installed 9.7 Any other software for completeness of

the system

9.8 Software for MODBUS communication 9.9 Any other software for the completeness

of the system

10.0 Documentation 01 lot 10.1 System Documentation (5 sets in hard

copy + 3 sets in CD)

10.2 Project Engineering Documentation 10.3 Documentation for bought out items 10.4 Any other to be indicated 11.0 Factory Acceptance test 01 lot 12.0 Site preparation, Erection and

Commissioning of the complete system and Site acceptance test

01 lot

13.0 Commissioning Engineer charges; Per diem rates (at the Owner's option)

50 mandays

14.0 Packing & Forwarding 01 lot As per requirement

15.0 Transportation and Insurance 01 lot As per requirement

16.0 Maintenance tools and test equipments As per requirement

17 Special tool kit 4 sets

Page 52: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Annexure-IIB(i) Schedule of rates for Mandatory spares @ 20% of installed quantity or minimum one for DCS.

(Both for Indian & Foreign Bidders)

Sub: Your Tender No. NFV/PUR/BIC101282/1101923E Dated 25-03-2011 due on 29-04-2011 Dear Sir, With reference to above mentioned tender, we hereby submit our Price-Bid of mandatory spares as

under:

Sl Description of installed item as per BOM

Model No.

Total installed

Qty

Spare Qty. (@20% or minimum one

Currency & Unit Price

Remarks, if any

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18

FCA/FOB/FOR (Please indicate as applicable): (Please indicate name of dispatch station) Note: 1. It is mandatory that vendors has to indicate and quote for any other item / module used in the system

which is not specified in the list given by the vendors in the above schedule, as per Notes (2,3 & 4) of Clauses No. 23 & 24 and point no. 17 of Clause no. 23 and point no. 18 of Clause no. 24 of Annexure-I of NIT, failing which vendor has to supply the same free of cost if noticed on a later stage.

2. Spares shall be quoted @20% of the installed quantity subject to minimum one number of each item. Sufficient additional software and memory capacity shall be available in the system to take care of spare requirements for logic algorithms.

3. Equipment, components, engineering and services may vary as per requirement. The unit rate (price breakup) of each item Mentioned in BOM & Mandatory spares list shall be given for any increase or decrease as per site requirement.

3. In part-I i.e. Techno-Commercial Bid, you will submit the list of Mandatory Spares for 2 years operation as recommended by you & its quantity as per format given above with blanked price column but mentioning word ‘Quoted’ wherever you indicated the rates and amount and indicating only currency quoted and other details, if required.

4. In Part-II i.e. Priced Bid unit price of each spare with total price is to be indicated as per above format. However, it shall be in the NFL sole option to place order for spares as per their requirement which may be in the variance to the quantity quoted, for which unit rate will be the basis for working out the order value. NFL at their sole option may decide not to procure any or all the spares at their absolute discretion.

Page 53: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Annexure-IIB(ii) Schedule of rates for Mandatory spares @ 20% of installed quantity or minimum one for BMS PLC System

(Both for Indian & Foreign Bidders)

Sub: Your Tender No. NFV/PUR/BIC101282/1101923E Dated 25-03-2011 due on 29-04-2011 Dear Sir, With reference to above mentioned tender, we hereby submit our Price-Bid of mandatory spares as

under:

Sl Description of installed item as per BOM

Model No.

Total installed

Qty

Spare Qty. (@20% or minimum one

Currency & Unit Price

Remarks, if any

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18

FCA/FOB/FOR (Please indicate as applicable): (Please indicate name of dispatch station) Note:

1. It is mandatory that vendors has to indicate and quote for any other item / module used in the system which is not specified in the list given by the vendors in the above schedule as per Notes (2,3 & 4) of Clauses No. 23 & 24 and point no. 17 of Clause no. 23 and point no. 18 of Clause no. 24 of Annexure-I of NIT, failing which vendor has to supply the same free of cost if noticed on a later stage.

2. Spares shall be quoted @20% of the installed quantity subject to minimum one number of each item. Sufficient additional software and memory capacity shall be available in the system to take care of spare requirements for logic algorithms.

3. Equipment, components, engineering and services may vary as per requirement. The unit rate ( price breakup) of each item Mentioned in BOM & Mandatory spares list shall be given for any increase or decrease as per site requirement.

4. In part-I i.e. Techno-Commercial Bid, you will submit the list of Mandatory Spares for 2 years operation as recommended by you & its quantity as per format given above with blanked price column but mentioning word ‘Quoted’ wherever you indicated the rates and amount and indicating only currency quoted and other details, if required.

5. In Part-II i.e. Priced Bid unit price of each spare with total price is to be indicated as per above format. However, it shall be in the NFL sole option to place order for spares as per their requirement which may be in the variance to the quantity quoted, for which unit rate will be the basis for working out the order value. NFL at their sole option may decide not to procure any or all the spares at their absolute discretion.

Page 54: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

ANNEXURE-IIIA Price Bid Format for Supply of Total systems of DCS & BMS PLC

(For Indian Bidders) Sub: Your Tender No. NFV/PUR/BIC101282/1101923E Dated 25-03-2011 due on 29-04-2011 Dear Sir,

With reference to above mentioned tender, I/We hereby submit our Price-Bid for the indented items as under: S.No

Particulars Cost of System as per NIT [Break up as per Annexure-IIA(i) & IIA(ii)]

Cost of Spares (Mandatory Spares) [Breakup as per Annex. IIB(i) & IIB(ii)]

A. PRICE BREAK UP 1. Basic Price

2. P&F Charges (if applicable) ____________ %

3. Excise Duty @ _____________% 4. Educational Cess on Excise Duty @ __________% 5. VAT / CST @ ___________% against Form ‘C’ 6. Freight from Works to Transporter’s Godown at

Guna

7. Complete Insurance as per NIT clause no (9) 8. Any other charges (Please specify) Total 9. Less: Rebate offered for the NFL’s existing

SLPC, DCS & BMS PLC systems under buy back scheme

__________

10. Offer Valid up to 11 a) Delivery Period for supply 12. b) Delivery schedule for E & C and other activities

1. I/We have read all the terms and conditions of the NIT and the Annexure(s) thereto and agree to accept and abide by the same in toto. The above quotation has been prepared after taking into account all the terms and conditions of the NIT. We enclose a break up of the various cost components quoted by us.

2. I have enclosed a copy of break up of spares in Annexure-IIB(i) & IIB(ii) indicating quantity with unit price.

3. The taxes applicable, if any, on the buy back of existing SLPC, DCS & BMS PLC Systems will be borne by the tenderer.

(SEAL)

Name of Signatory (in Capitals): Designation of Signatory : Name & Address of the Firm : Note: 1. Tenderers must quote in the Proforma in duplicate on their letter heads and all columns

must be filled in. Incomplete Bids are likely to be rejected. 2. Deviations (if any) to NIT terms and conditions should be spelt out clearly. 3. Attachment IIA(i) & IIA(ii) and IIB(i) & IIB(ii) shall also forms part of price bid format. A copy of

un-priced bid (Price bid format along with details as given in Attachment IIA(i) & IIA(ii) and IIB(i) & IIB(ii)shall also be submitted in technical un-priced part-I of your bid

Page 55: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

Annexure IIIB

Price Bid Format for Supply of Total systems of DCS & BMS PLC (For Foreign Bidders)

Sub: Your Tender No. NFV/PUR/BIC101282/1101923E Dated 25-03-2011 due on 29-04-2011

Dear Sir,

With reference to above mentioned tender, we hereby submit our Price-Bid as under- 1. Following price break up shall be given by the bidders:

2

.

2

. Quoted delivery ____________WEEKS 1. I have enclosed a copy of break up of spares in Annexure-IIB(i) & IIB(ii) indicating quantity

with unit price . 2. I/We have read all the terms and conditions of the NIT and the Annexure(s) thereto and agree to

accept and abide by the same in toto. The above quotation has been prepared after taking into account all the terms and conditions of the NIT. We enclose a break up of the various cost components quoted by us.

3. The taxes applicable, if any, on the buy back of existing SLPC, DCS & BMS PLC Systems will be borne by the tenderer.

Dated : Signature of Tenderer or

their Authorised Representative :_____________

Place: Name & Address of Tenderer : ______________

Phone No. :___________ Fax No. � � /�99999999999999�� � � �Note: 1. Tenderers must quote in the Proforma in duplicate on their letter heads and all columns must be filled

in. Incomplete Bids are likely to be rejected. 2. Attachment IIA(i) & IIA(ii) and IIB(i) & IIB(ii)shall also forms part of price bid format. A copy of un-

priced bid (Price bid format along with details as given in Attachment IIA(i) & IIA(ii) and IIB(i) & IIB(ii) shall also be submitted in technical un-priced part-I of your bid

3. Deviations (if any) to NIT terms and conditions should be spelt out clearly.

Amount in……………………….(quoted currency)

S.No. Particulars

Cost of System as per NIT [Break up as per Annexure-IIA(i) & IIA(ii)]

Cost of Spares (Mandatory Spares) [Breakup as per Annex. IIB(i) & IIB(ii)]

A.

Price Break up

1. Basic Price on Ex-works basis 2. P& F Charges (if any) 3. Inland Freight from your works

to port of embarkation (i.e. FCA/ FOB Charges), if any

4. Any other charges 5.

GRAND TOTAL (on F.C.A./ F.O.B. basis)

6. Less: Rebate offered for the NFL’s existing SLPC, DCS & BMS PLC systems under buy back scheme

___________

Page 56: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

ANNEXURE-IV

Price Bid Format for Common Services, Erection & Commissioning of both the complete system i.e.

DCS & BMS PLC systems. Sub: Your Tender No. NFV/PUR/BIC101282/1101923E Dated 25-03-2011 due on 29-04-2011

S.No. Description Qty. Unit Price Service

Tax @___

Total Price

A Factory acceptance Test

1 lot

Training Charges (Inclusive of boarding, lodging for Training to Owner Personnel) (a) Advance Training of Owner Engineers on DCS & BMC PLC system at OEM Works. Number of groups: Two Number of Persons per group: Six Duration: To be mentioned by the vendor Course: To be supplied by vendor

B

(b) Training of Owner Personnel (Operation) for DCS & BMC PLC system at Owner site. Number of groups: One Number of Persons per group: Thirty Duration: To be mentioned by the vendor Course: To be supplied by vendor

1 lot

C Site Acceptance Test (Inclusive of traveling, boarding & lodging)

1 lot

D Site mobilization, Erection and Commissioning of the complete DCS & BMS PLC systems (To be quoted on Lump sum basis for total systems) (Inclusive of traveling, boarding & lodging)

1 lot

E Per-diem rates, if any (At the owner’s option) (Inclusive of traveling, boarding & lodging)

50 Man- Days

Total= SEAL) Name of Signatory (in Capitals): Designation of Signatory : Name & Address of the Firm :

Page 57: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

ANNEXURE-V BID SECURITY FORM

DRAFT OF BANK GUARANTEE FOR BID SECURITY DEPOSIT IN CONSIDERATION OF NATIONAL FERTILIZERS LIMITED (NFL), HAVING ITS REGISTERED

OFFICE AT SCOPE COMPLEX, CORE-III, 7 INSTITUTIONAL AREA, LODHI ROAD, NEW DELHI-110 003(HEREINAFTER CALLED NFL WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES ITS SUCCESSORS AND ASSIGNS) HAVING AGREED TO EXEMPT ____________(HEREINAFTER CALLED THE, THE SAID TENDERER(S)’ WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES HIS SUCCESSORS AND ASSIGNS) FROM THE DEMAND UNDER THE TERMS AND CONDITIONS OF TENDER NO ________________FOR___________________HEREINAFTER CALLED “THE SAID TENDERER’ OF SUCH BID SECURITY DEPOSIT FOR THE DUE FULFILMENT BY THE SAID TENDERER(S) OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER ____________FOR ____________ON PRODUCTION OF BANK GUARANTEE FOR RS.______________________(RUPEES ________________________ONLY).

1. WE___________________BANK HEREINAFTER REFERRED TO AS ‘THE BANK’ DO HEREBY

UNDERTAKE TO PAY TO NFL AN AMOUNT NOT EXCEEDING RS.___________________(RUPEES____________________ONLY) AGAINST ANY LOSS OR DAMAGE CAUSED TO OR SUFFERED BY ‘NFL’ REASON OF ANY BREACH BY THE SAID TENDERER(S) OF ANY OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER (THE DECISION OF THE COMPANY AS TO ANY SUCH BREACH HAVING BEEN COMMITTED AND LOSS SUFFERED SHALL BE BINDING ON US.

2. WE _________________BANK DO HEREBY UNDERTAKE TO PAY THE AMOUNTS DUE AND PAYABLE

UNDER THIS GUARANTEE WITHOUT ANY DEMUR MERELY OR A DEMAND FROM ‘NFL' STATING THAT THE AMOUNT CLAIMED IS DUE BY WAY OF LOSS OR DAMAGE CAUSED TO OR WOULD CAUSE TO OR SUFFERED BY ‘NFL’ BY REASON OF ANY BREACH BY THE SAID TENDERER(S) OF ANY OF THE TERMS OR CONDITIONS CONTAINED IN THE SAID TENDER OR BY REASON OF THE SAID TENDERER’S FAILURE TO KEEP THE TENDER OPEN. 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_____________________________________ONLY).

3. WE ____________________BANK FURTHER AGREE THAT THE GUARANTEE HEREIN CONTAINED

SHALL REMAIN IN FULL FORCE AND EFFECT DURING THE PERIOD THAT WOULD BE TAKEN FOR THE FINALISATION OF THE SAID TENDER AND THAT IT SHALL CONTINUE TO BE ENFORCEABLE TILL THE SAID TENDER IS FINALLY DECIDED AND ORDER PLACED ON THE SUCCESSFUL TENDERER AND/ OR TILL ALL THE DUES OF NFL UNDER/OR BY VIRTUE OF THE SAID TENDER HAVE BEEN FULLY PAID AND ITS CLAIMS SATISFIED OR DISCHARGED OR TILL A DULY AUTHORISED OFFICER OF NFL CERTIFIED THAT THE TERMS AND CONDITIONS OF THE SAID TENDER HAVE BEEN FULLY AND PROPERLY CARRIED OUT BY THE SAID TENDERER(S) AND ACCORDINGLY DISCHARGES THE GUARANTEE. UNLESS A DEMAND OR CLAIM UNDER THIS GUARANTEE IS MADE ON US IN WRITING ON OR BEFORE THE _____________TO INCLUDE 3 MONTHS CLAIM OVER AND ABOVE THE PERIOD MENTIONED IN THE PARAGRAPH FOR THE VALIDITY OF THE BANK GUARANTEE IN THE TENDER WE SHALL BE DISCHARGED FROM ALL LIABILITY UNDER THIS GUARANTEE THEREAFTER.

4. WE ______________________________BANK, LASTLY UNDERTAKE NOT TO REVOKE THIS

GUARANTEE DURING ITS CURRENCY EXCEPT WITH THE PREVIOUS CONSENT OF ‘NFL’ IN WRITING.

DATED________________DAY OF______________________2011 CORPORATE SEAL FOR BANK.

Page 58: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

ANNEXURE-VI �

BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE FORMAT (To be prepared on Stamp paper issued in the name of Bank)

This BANK GUARANTEE No. _____________________________ made this day of ____________________________ between _____________________________________________________ a bank incorporated and having its registered office at ______________________________ (hereinafter called BANK) which expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and assigns on the one part and NATIONAL FERTILIZERS LIMITED, a Company registered in India under Companies Act, 1956 and having its registered office at Core - III, Scope Complex, 7, Institutional Area, Lodhi Road, New Delhi - 110 003, India to the context or contrary to the meaning thereof include its successors and assigns on the other part. WHEREAS in pursuance to the agreement No._______________dated___________(hereinafter called CONTRACT) entered into between National Fertilizers Limited (hereinafter called OWNER and __________________________________________a Company incorporated in _______________________ (hereinafter called CONTRACTOR) which expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and assigns, for supply of __________________________________________________________ as envisaged in the Contract, Contractor has to submit a SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE for Rs._________. CONTRACTOR accordingly agrees to furnish the Bank Guarantee for Security Deposit-cum-Performance Guarantee as hereinafter contained towards fulfilment of all of its obligations under the contract. NOW THIS DEED WITNESSES AS FOLLOWS : 1. In pursuance of the Contract, the Bank hereby guarantees as a direct responsibility to OWNER that the BANK is holding the amount of Rs.__________________________________at Owner's disposal and hereby promises and shall be bound to pay to OWNER, forthwith at Owner's written notice stating that the contractor has failed to fulfil its obligations under the contract for reasons for which contractor is liable and without any protest or demur and without recourse to contractor and without asking for any reasons as to whether the amount if lawfully asked for by Owner or not, the entire amount or the portion thereof as mentioned by Owner in the notice.

The decision of the Owner as to whether the terms and conditions of this BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE have been observed or not shall be final and binding on the BANK. In any case, however the Bank's responsibility under this BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE is limited to Rs. __________________________. 2. This BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE shall be valid for an initial period of _______________________ months from the date of this Bank Guarantee No.___________________ dated ______________ given by the Bank to Owner become effective. Upon issuance of Commissioning / Erection / Completion certificate according to terms of contract on expiry of _________________ months after the issuance of the above mentioned certificate of commissioning / erection / completion certificate, the BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE shall become null and void. 3. This BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE shall be in addition to and shall not affect or be affected by any other security now or hereafter held by Owner on account of money hereby intended to secure and Owner at its discretion and without any further consent from the Bank, and without affecting its rights against the Bank, may compound with, give time or other indulgence to or make any other arrangement with Contractor and nothing done or omitted to be done by Owner in pursuance of any authority or permission contained in this guarantee, shall effect discharge of the liability of the Bank.

4. UNLESS PREVIOUSLY CANCELLED BY THE OWNER, this Bank Guarantee for Security Deposit-cum-Performance Guarantee will remain in force initially upto __________________ months from the effective date of Bank Guarantee No. ________________ dated ____________ given by the Bank to the Owner and subject to provisions of paragraph 2 above will stand automatically cancelled on the expiry of the said period. Unless demand or claim under this Bank Guarantee is made on Bank in writing within three months from the date of expiry of this Bank Guarantee, all the rights of Owner against the Bank shall be forfeited and Bank shall be relieved and discharged from all the liabilities hereunder. 5. Any notice by way of request, demand or otherwise hereunder may be sent by post to the Bank, addressed as aforesaid, and if sent by post, it shall be deemed to have been given at the time when it would be delivered in due course of post, and in proving such notice, when given by post, it shall be sufficient to prove that the envelope containing the notice was posted and a certificate, signed by an officer of the owners, to the effect that the envelope was so posted, shall be conclusive. 6. The BANK GUARANTEE FOR SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE is to be returned to the Bank after its expiry in terms of Paragraph 4 above. 7. The Bank declares that it has the power to issue this guarantee and the undersigned have full power to do so. Dated _______________ this __________________ day of _____________.

(Indicate the name of the Bank with stamp)

Page 59: BIC101282E- Only Commercial-Modified Deviations from our specifications / technical conditions, (if any) vii) Un priced format of price-bid duly signed as per Annexure-IIA(i) & (ii),

[National Fertilizers Limited, Vijaipur Annexure-VII

Sub: Your Tender No. NFV/PUR/BIC101282/1101923E Dated 25-03-2011 due on 29-04-2011

SPECIFIC CONFIRMATION BY VENDOR

Note: Please submit this ANNEXURE duly filled, signed and stamped along with your Unpriced Techno-Commercial Bid

01.

Complete Technical Specifications of offered items Indicated

02.

Quoted prices are on F.O.R. NFL Vijaipur basis giving complete break up of all the components like P&F,ED, CST, INSURANCE & FREIGHT Indicated.

Yes

03.

Quoted rates for Supply Portion and common services portion indicated separately in the Price Bid.

Yes

04.

Other Terms and Conditions (if any) for are given separately in the Un priced Techno-Commercial Bid.

Yes

05.

EMD submitted by DD / BG (If exemption sought being NSIC/SSC Unit, whether copy of Registration Certificate submitted)

Yes

06.

Acceptance of Security Deposit-cum-Performance Guarantee as per NIT Clause no. 9.0.0

Agreed

07.

Acceptance of Liquidated Damages as per NIT Clause no. 12.0.0 Agreed

08.

Delivery Period for supply of material from the date of receipt of PO Indicated

09.

Acceptance of payment terms for supply and for Services as per NIT clause no. 10.0.0.

Agreed

10. Acceptance of Insurance Clause as per NIT Clause no. 11.0.0 Agreed 11.

Validity of offer for 120 days from the date of opening

Agreed

12. Schedule for various activities for erection & commissioning indicated Yes 13.

Acceptance of Guarantee Clause as per NIT Clause no. 8.0.0. Yes

14.

Whether a copy of UNPRICED FORMAT of Price Bid (with Unit Price blank & details of other Columns is submitted with Techno-Commercial Un priced Bid (Part-I)

Yes

15. Copy of Registration Certificate submitted for Micro/Small/Medium Enterprise Yes / No

16.

Accepted all the terms and conditions of our NIT without any deviations. Yes

17.

Submitted a complete set of Tender Enquiry duly signed and stamped by you on each and every page as token of acceptance.

Yes.

18. Quoted rebate on existing SLPC, DCS & BMS PLC Systems under buy back scheme as per Annexure-I(E) in the respective column of price bid format.

Yes

Name of Signatory_________________________ (in capitals) Designation of Signatory:____________________

Name & Address of the firm.__________________