procurement, installation and commissioning of instrumentation … · materials supply,...
Post on 13-Jul-2019
223 Views
Preview:
TRANSCRIPT
PROCUREMENT, INSTALLATION AND COMMISSIONING
OF
INSTRUMENTATION SYSTEM FOR BULK STORAGE
FACILITIES
ISRO PROPULSION COMPLEX
Indian Space Research Organization
Department of Space, Government of India
Mahendragiri 627 133
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
TABLE OF CONTENTS
SL:NO CHAPTER PAGE NO
ANNEXURE A SCOPE OF WORK & SERVICES
1 Introduction 1
2 Instrumentation system requirements for BSF 1
3 Scope of contract 11
ANNEXURE -1 Control room layout 44
ANNEXURE -2 Instrumentation System Configuration and
schematic diagram
47
ANNEXURE -3 Instrumentation rack General Assembly drawing 59
ANNEXURE -4 Specification & Sub-vendor directory 64
ANNEXURE -5 Free Issue Items 141
ANNEXURE -6 T & E Sheet format 142
ANNEXURE-7 Process & Instrumentation Diagrams And Layout 146
ANNEXURE B PRICE FORMAT 149
ANNEXURE C TERMS AND CONDITIONS 167
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
1 | P a g e 1 8 9
1. INTRODUCTION
Bulk Storage Facilities (BSF) is planned to be established at IPRC,
Mahendragiri as a part of semi-cryo project. This facility caters to the
requirement of storing propellants which will be used for various activities.
The Instrumentation System for Bulk Storage Facilities is divided into two
work packages namely Field & Control room Instrumentation and Control
System.
This document defines the scope & basic requirements for realization of Field
& control room Instrumentation for Bulk Storage Facility (BSF). BSF includes
Isrosene Storage Facility (ISF) LOX Storage Facility (LOX SF)
LIN Storage Facility (LIN SF) GHe Storage Facility (GHe SF)
These storage facilities are distributed in various locations with separate
individual control rooms. The scope of this work package includes detailed engineering, equipments &
materials supply, installation & wiring of field elements, wiring of instrumentation racks, erection of cable trays, laying of cables on cable trays,
testing & evaluation of instrumentation system and documentation for BSF
instrumentation system.
2. INSTRUMENTATION SYSTEM REQUIREMENT FOR BSF
2.1. DEFINITION OF FIELD & CONTROL ROOM INSTRUMENTATION
The Field & Control room Instrumentation system includes four sub
systems namely Measurement System, Safety System, Command
System and Auxiliary System. Field refers to the location where the
storage tanks and its associated fluid systems are located. Field
elements refer to pressure transmitter, guided wave level sensors,
temperature probes, temperature transmitters, mass flow meters,
junction boxes, Solenoid Valves (SOV), SOV cubicle, camera etc located
in field. In control room, the signal conditioners, relays, power
supplies, instrumentation racks, consoles etc will be located.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
2 | P a g e 1 8 9
2.2. INSTRUMENTATION SYSTEM – CHANNEL WISE
REQUIREMENTS
Sl. No System ISF LOX LIN GHE Total
A Facility Measurement System
1 Absolute Pressure, Differential Pressure
(DP) & DP based Level
30 8 16 4 58
2 Guided wave radar
based level
8 8
3 Temperature 7 8 15
4 Flow 2 2
5 Current/ voltage 3 3
Sub Total-1 47 8 27 4 86
B Safety System
4 UV/IR Flame Detectors 12 12
5 Hydrocarbon Gas
Detection
10 10
6 Oxygen gas detection 2 5 1 8 Sub Total-2 22 2 5 1 30
C Command System
7 E/P valve 59 59
8 Flow Switch 5 5
9 Pressure switch 9 9
10 Control valve 1 1
Sub Total-3 65 9 74
D Auxiliary System
11 CCTV 16 3 3 2 24
12 Wired Inter Com Units 6 1 3 2 12
13 Wireless Communication Units
6 2 3 2 13
Sub Total-4 28 6 9 6 49
Total 162 16 50 11 239
The instrumentation system configuration diagram for each of the
above storage facilities is given in Fig. No 1 to 4 of Annexure 2.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
3 | P a g e 1 8 9
2.3. INSTRUMENTATION SYSTEM WISE REQUIREMENTS 2.3.1. Measurement system
Pressure/DP Based Level measurement system
This measurement is used for monitoring the storage tank & fluid line
pressure/Level.
The SMART pressure transmitters (Absolute & Differential) with built
in electronics senses the pressure and converts the sensed pressure to a
corresponding 4 to 20mA electrical signal.
The 4 to 20mA output is wired to intrinsic safe Transformer Isolated
Barrier (TIB). TIBs are powered from 24V DC linear power supply.
The TIBs and 24V DC linear power supply are housed inside
instrumentation rack.
For ISF & LINSF, the output of TIB is given to Control system for
acquisition and monitoring. Selected channels are wired to Data logger
also. Schematic is shown in Annexure 2- Fig.No:5
For other storage facilities, the output of TIB is wired to Data logger
alone. Schematic is shown in Annexure 2- Fig.No:5A.
Guided wave radar based Level measurement system
This measurement is used for monitoring the storage tank level.
The guided wave radar based sensor with built in electronics senses
the level and converts to a corresponding 4 to 20mA electrical signal.
The 4 to 20mA output is wired to intrinsic safe Transformer Isolated
Barrier (TIB). TIBs are powered from 24V DC linear power supply.
The TIBs and 24V DC linear power supply are housed inside
instrumentation rack.
For ISF, the output of TIB is given to Control system for acquisition
and monitoring. Selected channels are wired to Data logger also.
Schematic is shown in Annexure 2- Fig.No:6
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
4 | P a g e 1 8 9
Temperature (RTD based) measurement system.
This measurement chain is used for monitoring the storage tank &
fluid line temperature.
4 wire RTDs are used as sensors. The sensors are interfaced to
temperature transmitters.
The 4 to 20mA output of temperature transmitters is wired to intrinsic
safe TIB. TIBs are powered from 24V DC linear power supply. The
TIBs and 24V DC linear power supply are housed inside
instrumentation rack.
For ISF & LINSF, the output of TIB is given to Control system for
acquisition and monitoring. Schematic is shown in Annexure 2-
Fig.No:7.
Facility flow measurement system
This measurement is used for measuring the flow rate in fluid lines.
The 4 to 20mA output of flow transmitters is wired to intrinsic safe
TIB. TIBs are powered from 24V DC linear power supply. The TIBs
and 24V DC linear power supply are housed inside instrumentation
rack.
For ISF, the output of TIB is given to Control system for acquisition
and monitoring. Schematic is shown in Annexure 2- Fig.No:8.
The scope involves procurement, installation & wiring of field
elements, impulse tubing, erection of cable trays, signal cable laying on
cable trays, wiring of instrumentation rack and interfacing between
racks.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
5 | P a g e 1 8 9
2.3.2. Safety Instrumentation system
Oxygen detector system.
The Oxygen presence is continuously monitored by using oxygen
detectors.
Totally 8 numbers of monitors are planned for LIN SF, LOXSF & GHe
SF.
The sensors are mounted in field and the 4-20mA output is interfaced
to TIBs.
TIBs and the detectors are powered from 24V DC linear power supply.
The TIBs and 24V DC linear power supply are housed inside
instrumentation rack.
For LINSF, the output of TIB is given to Control system for acquisition
and monitoring. Selected channels are wired to Data logger also.
Schematic is shown in Annexure 2- Fig.No:9.
For LOXSF & GHe SF, The output of TIB is wired to Data logger.
Schematic is shown in Annexure 2- Fig.No:9A.
Hydrocarbon detector system.
The hydrocarbon presence is continuously monitored by using
hydrocarbon detectors.
Totally 10 numbers of monitors are planned.
The sensors are mounted in field and the 4-20mA output is interfaced
to TIBs.
TIBs and the detectors are powered from 24V DC linear power supply.
The TIBs and 24V DC linear power supply are housed inside
instrumentation rack.
In ISF, the output of TIB is given to control system for acquisition and
monitoring. All the channels are wired to Data logger also.
Schematic is shown in Annexure 2- Fig.No:10.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
6 | P a g e 1 8 9
UV/IR Flame detecting system.
The flame presence is continuously monitored by using flame
detectors.
Totally 12 numbers of monitors are planned.
The sensors are mounted in field and the 4-20mA output is interfaced
to TIBs.
TIBs and the detectors are powered from 24V DC linear power supply.
The TIBs and 24V DC linear power supply are housed inside
instrumentation rack. The same 24V DC linear power supply is used to
power detectors.
In ISF, the output of TIB is given to control system for acquisition and
monitoring. All the channels are wired to Data logger also.
Schematic is shown in Annexure 2- Fig.No:11.
The scope involves procurement, mounting & wiring of safety
detectors & field elements, cable tray laying, signal cable laying on
cable trays, the wiring of instrumentation rack and its interface
cabling.
2.3.3. Command system
E/P valve Command/ flow switch/ pressure switch
The command signals (Digital Output) from control system actuates
relays housed inside instrumentation rack.
The acknowledgement of this command signal from one relay contact
is patched to control system as Digital input.
The other contact of relay drives the SOlenoid Valve (SOV) housed
inside SOV cubicles in the field.
Separate 24VDC SMPS are used for actuating SOVs and
acknowledging command signal to control system.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
7 | P a g e 1 8 9
The status signal from proximity sensors of Electro Pneumatic (E/P)
valve located in field run to Transformer Isolated Barrier (TIB).
Similarly, the status output of flow and pressure switches are also
terminated in TIBs.
For ISF, the outgoing signals (ON/OFF status) from TIB are
terminated in Control system Rack as Digital input signal. For other
facilities, the output is wired to data logger.
Schematic diagram & wiring diagram of EP valve command system
are shown in Annexure 2-Fig.No:12&13 respectively. Schematic
diagram of Flow/pressure switch is shown in Annexure 2- Fig.No:14
&15.
Control Valve command
The analog command (4 to 20mA) for operating the control valve is
issued from control system.
The command output will be wired to control valve through TIBs.
The position feedback of control valve from positioner is terminated in
control system through TIBs.
The TIBs and 24VDC linear power supply are housed inside
instrumentation rack. The output of TIB is given to control system for
acquisition and monitoring. Schematic diagram is shown in Annexure
2-Fig.No:16.
The scope involves procurement, installation & wiring of field
elements, Pneumatic tubing, erection of cable trays, signal cable laying
on cable trays, wiring of instrumentation rack and interfacing between
racks.
2.3.4. Auxiliary Instrumentation
Auxiliary system includes closed circuit television (CCTV) system,
Communication equipments, and Timing system.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
8 | P a g e 1 8 9
CCTV System
CCTV is designed for remotely controlling, monitoring and recording
the videos of the storage facility for safety and surveillance monitoring
of the process during propellant storage and transfer from road tank to
storage tanks.
CCTV system consisting of Digital colour Cameras with motorised
zoom/focus lens housed inside Explosion proof Pan /tilt unit for ISF
and LOXSF. For LINSF and GHe SF Weather proof Pan /tilt unit is
used. The camera is 24V AC powered.
All equipments like file server, video time inserter, video switcher,
DVD recorder are interconnected through Ethernet cables .
The video output is fed to video wall, LED TV display units, video
recorder and operator station.
Schematic diagram is shown in Annexure 2-Fig.No:17.
Inter communication system
Communication equipments are required for interpersonal
communication between the personnel working at storage facility and
control room and to make any announcements during transfer of
propellant.
Wired intercom units and wireless communication equipments are
planned.
Wired Inter communication system includes
1. Flame proof Intercom station with flame proof page horn
speaker and microphone type handset for mounting in field for
ISF and LOXSF.
2. Weather proof Intercom station with outdoor page horn speaker
and microphone type handset for mounting in field for LINSF
and GHESF.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
9 | P a g e 1 8 9
3. Rack mountable Intercom station with false ceiling mountable
speaker and microphone type handset for mounting in all
control rooms.
4. Surge protectors are to be used for power and Data lines were
ever applicable.
Wireless communication equipment includes one base station and
12numbers of handsets
Schematic diagram is shown in Annexure 2-Fig.No:18.
Timing System
Timing system are designed to Generate GPS/IRNSS based universal
time code signals with an accuracy of 1ms or better with output in
Analog IRIG-B format and TCP/IP packets.
UTC generator time code is connected to operator stations and PLC
control system for time tagged logging of data.
Timing system includes
o GPS/IRNSS based Universal Time Code Generator
o Network Time display units
o Ethernet switches & Ethernet cables
o System & Application Software including required drivers and
license
Schematic diagram is shown in Annexure 2-Fig.No:19.
The scope involves wiring and mounting of all auxiliary equipments,
interface cable laying and its wiring.
All the equipments for auxiliary system will be provided by
Department
2.3.5. Fiber optic cable laying and splicing
The different storage facilities need to be linked in a common network.
This is to be done with fiber optic network.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
10 | P a g e 1 8 9
The fiber optic cables shall be laid between
o ISF command room and LOX command room
o LOX command room and LIN command room
The fiber optic cable termination to be done.
2.3.6. Powering of Equipments
For equipment powering, 230V, 50Hz power outlet is available in
control room at MCB panel.
This power has to be distributed to equipments, racks and consoles.
The power cable shall be laid in conduits and terminated in Terminal
blocks/ sockets on one side.
The other end termination shall be made in MCBs.
The scope of work involves conduit laying and laying of cable through
conduits with one end termination in MCB and the other end
termination in instrumentation rack, console or other equipments.
2.3.7. Grounding of Equipments
Separate instrumentation and power earth grounding strips are
available in the control room.
The instrumentation earth and power earth are separately maintained.
In each instrumentation rack, isolated instrumentation earth strip shall
be planned.
The instrumentation cable shields shall be connected to earthing strip
in each rack and in turn to instrumentation earth strip running
through the building.
All the equipment body are to be connected to power earth.
The work involves laying of cable with one end termination in racks/
rack equipments and the other end termination in grounding strip.
2.3.8. Console & Control room Table - Equipment mounting and wiring
8 segment console and 3 numbers of control room tables are planned
for Isrosene Storage Facility.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
11 | P a g e 1 8 9
2 segment console and 1 control room table are planned for LINSF.
For GHe SF & LOX SF, 1 control room table for each facility is planned.
In these control room tables, Personal Computers (PC) will be placed
for data display/configuration/data processing.
The Personal Computers (PC), switches, keys, indicators, power
supply, keyboard for CCTV system controller and rack mountable
intercommunication equipments will be mounted in consoles.
The scope involves procurement, installation, equipment mounting
and its wiring. Also powering of all equipments is to be carried out.
3. SCOPE OF CONTRACT The scope of contractor includes
Detailed engineering
Equipments and Material supply as per list attached in
Annexure -4.
Erection and commissioning which includes
Installation and Mounting of equipments & field
elements.
Wiring of field elements & instrumentation rack
Erection of cable trays, laying of signal cables,
impulse tubes, pneumatic tubes on cable trays
Powering and grounding of equipments
Testing & evaluation of instrumentation system
Documentation
Detailed scope of above activities is given below.
3.1. DETAILED ENGINEERING
The following input documents shall be referred during detailed
engineering
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
12 | P a g e 1 8 9
Annexure-1: Control room layouts showing the positioning of
racks, consoles and data processing nodes.
Annexure-2: Instrumentation system Configuration & schematic
diagram.
Annexure-3: Instrumentation rack General Assembly layout
Annexure-4: List of items to be supplied by contractor, its
quantity, specifications and recommended brands/vendors.
Annexure-5: Free issue materials
Annexure-6: Sample Testing and Evaluation sheets.
Annexure-7: P&I diagram
The following documents will be provided by Department during
Detailed Engineering
The sensor mounting procedure recommended by manufacturer
for safety sensors and temperature probes.
Detailed Measurement/Command Plan
The points explained in chapter 3.3 shall also be considered during
detailed engineering phase. The following documents shall be
prepared and submitted by the contractor for the approval from the
Department during detailed engineering.
Specification document which includes the detailed specification
of all items & accessories supplied by contractor, its part number
and test plans.
Quantity Estimation of items including the accessories under
supply of contractor’s scope and its specifications.
Selection of all major equipments including Model matrix and
sizing sheets with supporting documents like latest catalogues.
Instrument/equipment erection diagram
Instrument/equipment mounting procedure
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
13 | P a g e 1 8 9
Cable & Cable tray routing layout diagram
Pneumatic / Impulse tubes routing diagram
Instrument rack General Assembly diagrams
Instrumentation rack signal flow and ferruling details
Equipment powering layout diagram
Conduit routing layout inside control room for power
distribution.
Equipment earthing scheme / layout inside control room
Field Instrument, Junction Box and control room cable
Termination and ferruling details
Testing and evaluation plan.
Quality assurance plan
3.2. EQUIPMENTS AND MATERIAL SUPPLY a. The list of field instruments & materials which are freely issued
by Department for the execution of this work package are given below:
Control System & its support for commissioning activities.
Heavy duty connectors
Switch mode power supplies
Contactor
Safety sensors for all facilities (Oxygen, Hydro carbon &
UV/IR Flame detectors)
Temperature Probes
Flow switches (4Nos) for ISF SF
Terminal block ( Single deck & for use in 230V AC power
wiring)
All auxiliary system equipments.
b. All other instruments & materials which are required to
complete the field and control room instrumentation detailed in
this contract shall be supplied by the contractor.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
14 | P a g e 1 8 9
c. The list of items to be supplied by the contractor and its
specification along with recommended brands/vendors is given
in Annexure-4.
d. The contractor shall source the list of items only from the
recommended brands/vendors indicated here in Annexure-4.
e. In case the contractor proposes to source the items from any
other supplier/brand, necessary prior approval from the
department need to be obtained.
f. The required accessories (as mentioned in the document
Annexure 4) and its quantity shall be worked out by the vendor.
The quantity of accessories shall include 20% spare or 1 number
whichever is higher.
g. The accessories apart from which are mentioned in this
document and are required for the execution of work shall also
be quoted (unit rate) by the party.
h. The exact quantity and the list of items required for
commissioning the facility will be finalized during detailed
engineering and 10% quantity variation is permitted for supply
and erection as per contract.
i. The consumables required for erection and commissioning apart
from those mentioned Annexure-4 shall be in contractor’s scope.
j. For few items, part number/model matrix is given as guidelines
for the supplier to select the product. However it is the
responsibility of the vendor to decide up on the finalized model
matrix complying to the specifications given with the latest
available catalogues.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
15 | P a g e 1 8 9
k. Wherever mentioned, the material despatch shall be carried out
only after the test certificate/calibration certificate/ inspection
report approvals.
l. The vendor shall submit finalized Specification document which
includes the detailed specification of all items & accessories
supplied by contractor, its part number, test certificates,
approvals, calibration and guarantee certificates.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
16 | P a g e 1 8 9
3.3. ERECTION AND COMMISSIONING 3.3.1. General Instructions
Tools for Erection & Commissioning
1. The contractor shall bring necessary tools required for erection
& commissioning of the instruments & components and an
instrument work shop shall be made ready at the erection site.
2. Erection & commissioning works shall be carried out strictly
according to the specifications stipulated in the contract,
documents/drawings approved by department during detailed
engineering. Also it shall be carried out as per the supervision of
the department’s representative.
3. The Contractor shall provide and maintain a formal system for
documenting technical clarification from the Department.
4. Only correctly signed documents which are marked “Approved
for Construction” (AFC) shall be used for installation work.
5. Only the best trade practices and correct tools shall be used and
all works are expected to be completed in a neat and safe
manner.
6. Welding shall be done only by qualified personnel.
7. Electrical installation shall only be performed by appropriate
qualified trade persons.
8. Holes shall be drilled or punched and not burnt out by gas
torches or electric arcs.
9. Piping and tubing shall be formed with the appropriate pipe or
tube bending equipment.
10. Instrument/equipment shall be mounted using suitable
stands/brackets/clamps. As far as possible all field instruments
shall be mounted on instrument support stands. These shall be
installed on floors, RCC columns and walls using approved make
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
17 | P a g e 1 8 9
anchor fasteners / Hilti bolts and on steel structure by drilling
suitable holes and using chromium plated/galvanized bolts and
nuts or in exceptional cases by welding. After welding, the slag on
weld surface shall be removed and one coat each of Red-oxide
primer and paint shall be applied over the surface.
11. Equipment shall be installed in a neat, workman like manner so
that it is level, plumb, square and properly aligned and oriented.
12. Field Instruments should not be supported from impulse lines,
hand rails and vibrating structures.
13. Instruments shall be located such that it is easy to approach for
operation and maintenance. Cover can be removed without
obstruction and there should not be any problem in re-glanding the
cable later on.
14. All indicating instruments shall be located such that its scale is
conveniently visible to plant operator.
15. Canopy shall be provided for all the instruments, JBs and SOV
located outdoor.
16. All threaded opening of the instruments shall be protected by
suitable Aluminium/Chromium plated plugs.
17. During installation of the signal and control cables and prior to
connection up to the instruments, the cables shall be checked for the
insulation resistance, continuity and tagging.
18. If the insulation resistance is not found within the limits, these
cables shall not be used. The contractor should lay new cables,
meeting the continuity and insulation resistance requirements,
without any cost implication.
19. The signal and control cable wires shall be connected to respective
terminals, as per the wiring drawings.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
18 | P a g e 1 8 9
20. Field equipment shall be properly grouped at a convenient
location based on the equipment layout diagrams.
21. Allocation of grouping of channels based on signal levels in
junction boxes and racks shall be finalized during detailed
engineering.
22. Separate trays shall be used for routing pneumatic tubes and cables.
23. Field transmitters (pressure, temperature, flow) shall be mounted
on 2” pipe stands. The instrument stands shall have a suitable
height so that instrument shall be mounted at 1.4m from ground or
platform / catwalk. If the instrument to be mounted on a catwalk /
platform the preferred location shall be on the outside of the hand
railing.
24. Field instruments, which are exposed to open terrain, shall be
provided with weather canopy.
25. To protect temperature probes from mechanical damage /entry of
water, suitable individual enclosures shall be designed.
Handling & storage of Instruments
26. The Contractor shall be responsible for the collection of “free-issue”
instrument items, transportation, storage and safe custody of the
equipments until completion of its installation and acceptance by
Department’s representative. This excludes the control system.
Contractor shall maintain a stock system to enable material tracking
throughout the installation & commissioning of the facility.
27. All instruments shall be visually examined by the Contractor on
receipt to ensure that they have not been damaged in transit.
Instruments shall then be replaced in their original packing and
housed in a separate secure, dry, cool storage area provided by the
department.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
19 | P a g e 1 8 9
28. If any item is damaged by the contractor, new item may be
procured and replaced by the contractor with their own cost or the
cost of the item will be deducted from the contractor’s bill.
29. When unpacking is necessary, care shall be taken to ensure that
accessories are not mislaid or mixed.
30. Instruments shall not be left lying around the construction area.
31. All covers and plugs on the instrument connections shall be left in
place until connections are used.
Installation Preparation 32. Verify that instrument process connections ports before tapping.
33. Sensitive electronic instruments/components shall be protected
during welding, drilling & filing activities.
34. Metal Filing and metal or wood shaving shall be prevented from
falling on the components/ports/connectors.
35. Instrument stands and mounting brackets shall be fabricated
according to design drawings approved by the department.
36. Identification tags shall be attached to each field component bearing
its instrument number in accordance with P&ID drawings/
Instrument schedules.
37. Nameplate shall be attached to all junction boxes, SOV Cubicle and
racks. Nameplates shall be of stainless steel with black lettering
shall be provided for junction boxes and SOV Cubicle.
38. Nameplates shall be of plastic type for racks.
3.3.2. Erection and Commissioning Works
3.3.2.1. Measurement and safety system Absolute pressure/ DP based level measurement system
1. HART protocol based pressure Transmitters shall be planned for
facility absolute pressure measurements.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
20 | P a g e 1 8 9
2. HART protocol based Differential pressure Transmitters shall be
planned level & DP measurements.
3. The transmitters for Absolute pressure and level shall be installed in
the transmitter mounting post (2” pipe) as per drawing approved by
Department. Mounting shall be done as per 3.3.2.14.
4. A three way valve manifold for absolute pressure measurement and
five way valve manifold with block equalizing and drain valves for
differential pressure (level) measurement shall be installed with the
transmitter.
5. Impulse lines for pressure transmitters shall be of 12.7 mm (1/2”)
OD SS tube and thickness suitable for the process pressure.
6. Suitable double compression SS tube fittings shall be used to
connect process line, impulse tubes and instruments.
7. The length of impulse lines shall not exceed 5 meters and shall be
without any joint.
8. Impulse tubing shall be hydro tested to 1.5 times the rated pressure.
9. Impulse tubing shall be carried out as per procedure explained in
3.3.2.7.
10. Two core shielded PVC armoured cable shall be used between
facility transmitters (Pressure & Level) and field junction box.
Level measurement system
11. Guided wave level sensors shall be planned for tank level
measurements.
12. The sensor and transmitter shall be installed as per manufacturer
guide lines. The mounting procedure and drawing shall be
approved by Department before mounting.
13. Two core shielded PVC armoured cable shall be used between
level transmitters and field junction box.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
21 | P a g e 1 8 9
Temperature measurement system
14. RTD temperature sensors with HART protocol based Temperature
Transmitters shall be planned for facility temperature
measurements.
15. RTD temperature probes shall be installed as per
recommendations of manufacturer and drawing approved by
Department. The interface adaptors in SS material if required shall
be fabricated by the contractor with drawing approval by
Department. These adapters shall be inspected by the contractor
and certificates shall be approved by Department.
16. The temperature transmitters shall be installed in the transmitter
mounting post (2” pipe) as per drawing approved by Department.
Mounting shall be done as per 3.3.2.14.
17. Four core shielded PVC armoured cable shall be used between
temperature transmitter and RTD sensor.
18. Two core shielded PVC armoured cable shall be used between
Temperature transmitters and field junction box.
Flow measurement system
19. Mass flow meters shall be planned for facility flow measurements.
20. Flow meter shall be installed as per recommendations of
manufacturer and drawing approved by Department. Mounting
shall be done as per 3.3.2.14.
21. Four core shielded PVC armoured cable shall be used between
flow transmitter and field junction box.
Safety measurement system
22. Oxygen, Hydrocarbon sensor and UV/IR flame detectors shall be
used as safety detectors.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
22 | P a g e 1 8 9
23. Safety detectors shall be installed as per recommendations of
manufacturer and drawing approved by Department.
24. Four core shielded PVC armoured cable shall be used between
safety sensors and field junction box.
25. Multi core PVC cable shall be used between field junction box to
control room.
26. All multi core PVC cables shall be laid on cable trays.
27. All Cable laying & cable tray laying shall be done as per 3.3.2.9 &
3.3.2.13 respectively. Junction box mounting and wiring shall be
done as per 3.3.2.10 & 3.3.2.14.
28. The multi core PVC cables from the field entering in to control
room shall pass though a transit plate. Refer to chapter 3.3.2.12.
29. In control room multi core PVC cables from field junction boxes
shall be terminated in Heavy duty connectors mounted inside
facility measurement rack.
30. For ISF, facility measurement rack combines absolute pressure,
temperature, Differential Pressure (DP), DP based level and flow
measurements. Also TIBs for control valve command and feedback
shall also be mounted in this rack. This rack houses all TIBs and
24V DC linear power supply. The TIBs are of 24V DC powered and
shall be powered from single power supply. These TIBs provide
dual 2 to 10V output.
31. In Isrosene & LIN storage facility, one output of the TIB shall be
connected to control system rack through heavy duty connectors.
Female end termination at control system rack shall also be done.
32. Second output of required channels shall be connected to data
logger through heavy duty connectors. The data logger shall be
housed in separate rack.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
23 | P a g e 1 8 9
33. In ISF, safety measurements shall be clubbed to one rack along with
data logger. One output of TIB shall be wired to data logger and the
other output shall be wired to control system.
34. In LOX/ GHe storage facilities, all the measurements shall be
combined to single rack. Only one output of TIB shall be used and
shall be connected to data logger which shall be housed in a rack.
35. The rack wiring details are explained in 3.3.2.16.
36. PTFE cables shall be used for inter rack communication and these
cables shall be laid in trays inside control room. Cable laying and
cable tray laying procedures are explained in chapter 3.3.2.9
&3.3.2.13 respectively.
3.3.2.2. Command system
EP Valve Command system
37. The EP valve command chain is planned with single coil solenoid
valve.
38. Solenoid valves shall be mounted inside SOV cubicles.
39. The location of SOV cubicles shall be finalized during detailed
engineering.
40. The SOV cubicles shall be mounted as per mounting procedure
explained in chapter 3.3.2.10.
41. 5 Nos. of solenoid valves shall be mounted in one SOV cubicle, out
of which 1 No. of solenoid valve shall be kept as spare.
42. The length of command tubing from SOV cubicle to the
EP valve actuator shall be less than 10 meter, so that nearby
commands are grouped together.
43. Command tubing shall be carried out between Solenoid valve and
EP valve actuator using 8mm OD SS tube. 8mm bulkhead unions
shall be used for taking the 8mm SS tube out of SOV cubicle.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
24 | P a g e 1 8 9
Pneumatic tubing shall be carried out as per procedure explained in
3.3.2.8.
44. SS piping shall be carried out between common command headers
available in facility to each SOV header using 1” SS pipe.
45. The pneumatic tubing from SOV header to individual SOVs shall
also be done.
46. Pneumatic tubing shall be pneumatic tested at 1.1 times the rated
pressure.
47. 10 core 18AWG shielded armoured cable shall be used between
Junction box and each SOV cubicle for command.
48. Two status switches are to be provided to indicate open & close
status for each EP valve.
49. Four core shielded armoured cable shall be used between EP valve
status switch junction box and field junction box
50. Pressure and Flow switches shall be mounted as per the approved
mounting procedure.
51. Four core shielded armoured cable shall be used between pressure,
flow switches to field junction box
52. Multi core PVC cables shall be used between field junction boxes
and control room for command & status of EP valves, pressure and
flow switches.
53. All multi core PVC cables shall be laid on cable trays.
54. All Cable laying & cable tray laying shall be done as per 3.3.2.9 &
3.3.2.13 respectively. Junction box mounting and wiring shall be
done as per 3.3.2.10 & 3.3.2.14.
55. The multi core PVC cables from the field entering in to control
room shall pass though a transit plate. Refer to chapter 3.3.2.12.
56. In control room multi core PVC cables from field junction boxes
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
25 | P a g e 1 8 9
shall be terminated in Heavy duty connectors mounted inside
command system racks.
57. The EP valve command inputs from the control system shall be
terminated in EP valve command rack (ISF R2). The relays,
contactor and power supplies shall be accommodated in these
racks. Separate power supply shall be planned for Command
Acknowledgement and field actuation. The command
acknowledgement shall be connected to control system through
heavy duty connector. The field command shall be wired to field
junction box through heavy duty connector. These heavy duty
connectors shall be housed inside same rack.
58. The E/P valve status, pressure and flow switch status from the field
(digital input), shall be terminated in status rack ISF-R3. This rack
houses status TIBs powered from single power supply. The status
output of rack shall be connected to control system through heavy
duty connector.
59. The rack wiring details are explained in 3.3.2.16.
60. PTFE cables shall be used for inter rack communication and these
cables shall be laid in trays inside control room. Cable laying and
cable tray laying procedures are explained in chapter 3.3.2.9
&3.3.2.13 respectively.
61. Female end termination at control system rack shall also be done.
Control Valve Command system
62. Control valve shall have smart valve positioner with integrated
position transmitter.
63. Four core shielded armoured cable shall be used between JB and
control valve for command and position feedback.
64. Multi core PVC cables shall be used between control room and field
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
26 | P a g e 1 8 9
junction boxes.
65. All multi core PVC cables shall be laid on cable trays.
66. All Cable laying & cable tray laying shall be done as per 3.3.2.9 &
3.3.2.13 respectively. Junction box mounting and wiring shall be
done as per 3.3.2.10 & 3.3.2.14.
67. The multi core PVC cables from the field entering in to control
room shall pass though a transit plate. Refer to chapter 3.3.2.12.
68. In control room multi core PVC cables from field junction boxes
shall be terminated in Heavy duty connectors mounted inside
command system racks. The rack wiring details are explained in
3.3.2.16.
69. PTFE cables shall be used for inter rack communication and these
cables shall be laid in trays inside control room. Cable laying and
cable tray laying procedures are explained in chapter 3.3.2.9
&3.3.2.13 respectively.
70. Female end termination at control system rack shall also be done.
3.3.2.3. Auxiliary System
CCTV system
Field equipment mounting and wiring
71. The CCTV camera structures are to be fabricated and erected in the
field at location identified by the department suitable enough to
withstand the adverse wind condition at IPRC site. The fabrication
drawing to be prepared by Contractor and approved by
Department. Mounting shall be done as per 3.3.2.14.
72. The cameras are to be mounted on top of the erected camera
structure using appropriate fasteners.
73. Ethernet cables shall be used for interconnecting all CCTV system
related equipments.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
27 | P a g e 1 8 9
74. The cables have to be routed from the cameras in the field using
flexible metal hoses or pipes. Suitable cable glands are to be used
for all the cables entering and exiting from the CCTV cameras.
75. Separate field junction box shall be planned for auxiliary system
in ISF. For other facilities, common junction box shall be planned.
76. Ethernet cables to be laid between camera and other CCTV
equipments located in control room.
77. Cable laying and cable tray laying procedures are explained in
chapter 3.3.2.9 &3.3.2.13 respectively.
78. Junction box mounting and wiring shall be done as per 3.3.2.10 &
3.3.2.14.
Control room Rack wiring
1. Ethernet cables shall be used for interconnecting all CCTV system
related equipments.
2. For ISF and LIN SF separate racks are planned. For LOXSF and
GHeSF the equipments are combined with other racks.
3. General guidelines for rack wiring shall be followed.
4. The required software shall be loaded and the system shall be
commissioned in total by the contractor.
Intercommunication system
5. Suitable structures are to be fabricated for mounting wired
intercom units and erected in the field at location identified by the
department suitable enough to withstand the adverse wind
condition at IPRC site. The fabrication drawing to be prepared by
Contractor and approved by Department. Mounting shall be done
as per 3.3.2.14.
6. In control room intercommunication equipments shall be located
at racks/consoles.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
28 | P a g e 1 8 9
7. Ethernet cables are to be laid from intercom unit to field junction
box and to instrumentation rack at control room.
8. Align the Microphone output card, line cards and power amplifier
for optimum sound reception at field and at control room.
9. The speakers shall be mounted at suitable height in the field using
fabricated structure and on the ceiling at control room.
10. Terminate the speakers to the individual intercom units using two
core twisted pair cable.
11. All Cable laying and cable tray laying procedures are explained in
chapter 3.3.2.9 &3.3.2.13 respectively.
Wireless System
12. Wireless units are to be programmed for the approved frequencies
after obtaining licensee from WPC.
Timing System
13. GPS Antenna to be fixed on top of the building using proper
fasteners.
14. Antenna cables has to be routed from antenna to GPS/IRNSS
receiver
15. The GPS/IRNSS receiver has to be configured and the output
interfaced to all operator station and display unit.
16. The network display has to be mounted on the wall or on
structures at command room.
17. Necessary software modules has to provided for interfacing the
Time server with Command control PLC and other system
18. All Cable laying and cable tray laying procedures are explained in
chapter 3.3.2.9 &3.3.2.13 respectively.
Fibre optic cable laying, mounting of patch panel and splicing works
Cable Laying Through Excavated Earth
19. The earth has to be excavated to a depth of 750 mm and width of
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
29 | P a g e 1 8 9
400 mm along the road sides at a distance of 5 meters from the
road edge. The Trench excavated should be first filled with River
sand for a height of 10 mm, then the Fiber optic or PVC cables
have to be then laid inside the trench. Properly baked bricks are to
be positioned along the sides of the cables. River sand has to be
filled inside the bricks after laying the cables. Place one more brick
on top of the two bricks placed along the cables. The details are
given below .Then fill the excavated cable trench with earth sand.
If required jungle clearance has to be done by the contractor before
excavation of the earth .
20. At road crossing the party has to use 2 “Hume pipe. The road has
to be cut to a depth of 750 meters and width 300 meters. After
laying the cable through the Hume pipe, the road crossing has to
be filled with earth and after the earth settles down, the trench cut
across the road has to be cemented with PCC or black topped
properly to protect the Hume pipes from damage by movement of
heavy vehicles. The road crossing should be properly leveled so
that there is smooth flow of vehicles.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
30 | P a g e 1 8 9
21. The Cable route marker has to be positioned adjacent to cable laid
at every 50 meters. The detail of cable marker is given in figure-1.
The cable marker has to be provided after digging the earth near
the
cables laid, by placing the cable marker using Concrete mixer
firmly to a depth of 300 mm underneath the earth. The Baked
bricks, River Sand, Hume pipes and cable route marker are the
O F C
DATA
E & I
1000 mm
100 mm
300 mm
White over orange
background
300 mm
PCC
300 mm
Cable route marker
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
31 | P a g e 1 8 9
scope of the contractor
22. The fibre optic cables shall be laid between
ISF command room and LOX command room
LOX command room and LIN command room
23. The fibre optic cable termination shall be done in patch panels
mounted in respective command rooms with qualified persons.
3.3.2.4. Console and Control room table wiring
24. There shall be 8segment console in ISF and 2 segment console in
LIN storage facility. There shall be 3 nos of Personal Computer
(PC) table in ISF. For other storage facilities, there shall one PC
table for each.
Console segments:
25. The equipments like intercom units, keyboard for CCTV system
controller, switches, keys and indicators shall be mounted in
console segments.
26. The required 24V DC power supply for the switches shall be
mounted in console cabinets.
27. The 24” LED monitors and PCs shall be mounted in each segment.
The powering of all console equipments shall be done.
Control room tables:
28. The 24” LED monitors, PCs and printer shall be mounted in each
segment. The powering of the equipments shall be carried out.
3.3.2.5. Powering of control room equipments
29. For equipment powering, power distribution boards with MCBs is
available in the control room.
30. The 230V, 50Hz powering layout shall be made for all equipments
housed in instrumentation racks, consoles, LED TVs, intercom
equipments and timing display units.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
32 | P a g e 1 8 9
31. The power cable shall be routed through conduits and near
console/rack/equipment flexible hoses shall be used.
32. The terminations on the equipment side shall be in terminal
blocks or in distribution board or in plugs based on the
equipment. The other end termination shall be made in MCBs.
33. Standard wiring procedure shall be followed with termination
using suitable lugs, ferrules, cable and cable conduit identification
tags.
3.3.2.6. Grounding of equipments
34. The cable shield shall be terminated in copper strips provided in
the instrumentation rack and isolated from power earth and
finally connected to instrumentation earth strips in the control
room. The chassis of equipments shall be connected to power
earth. The cable laying shall be done neatly and the cables shall be
harnessed properly.
35. The cables shall be tagged every 5m. Termination ends shall be
with suitable lugs and shall be ferruled.
3.3.2.7. Impulse Tubing
36. 12.7 mm OD S.S. tubes shall be used as impulse tubes. Instrument
tubing shall be laid as per standard on cable trays. The width of
cable trays shall be selected as per number of instrument tubing
laid.
37. The tube routing shall be carried out as per approved drawing.
38. Transmitters shall be mounted above the process pipe line and
continuous slope shall be provided in the impulse line between
transmitter and process line.
39. S.S. Tubes shall be cleaned with lint free cloth dipped in acetone
and pulled through the tube using nylon wire until all dirt/dust is
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
33 | P a g e 1 8 9
removed. As a check for thorough cleaning of tubes, last lint free
cloth shall be as clean as new. This is to be done in presence of the
department’s representative. Outside surface of tube shall also be
cleaned by rubbing manually with lint free cloth soaked in acetone.
Tubes shall be cleaned by blowing dust free GN2 before laying.
40. Tube bends shall be made with approved and appropriate sizes of
tube benders. Bends shall be of uniform curvature and smooth and
shall be free from wrinkles, flattening and kinks. Use of filler
material during bending is prohibited. Hot bending is also not
permitted.
41. Tubes shall be clamped at intervals not exceeding 1 meter with the
help of special spacer and clamps.
42. Impulse lines and their supports should be kept away and free
from vibrating structures or equipment. Minimum bending radius
should be taken as 2.5 times the tube OD.
43. To avoid corrosion of SS Tubes, contacts of SS Tubes with CS/MS
surfaces should be avoided by installing brass shims/foil in
between SS Tubes and CS/MS Surface.
44. Wherever impulse lines run side by side, they should be neatly
bunched together with bolted straps and screwed clamps. Tubing
should be ganged vertically rather than horizontally to avoid
collection of dust, dirt and other corrosive conditions.
45. S.S. Tubes are terminated by using approved make of double
ferrule type fittings.
46. Fittings shall be installed by qualified fitters who have to undergo
qualification test to be conducted by the Quality Surveillance
Engineer of the department.
47. Tubes shall be identified at both ends by line number/instrument
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
34 | P a g e 1 8 9
number/equipment number to which it is terminated by Anodized
Aluminium tags of rectangular shape and shall be tied to the tube
securely by 16 gauge S. S. wire.
3.3.2.8. Pneumatic Tubing
48. The scope of work covers installation, routing as per approved
drawing, clamping, supporting and connection of 8mm OD SS tube
with fittings.
49. S.S. Tubes shall be cleaned with lint free cloth dipped in acetone
and pulled through the tube using nylon wire until all dirt/dust is
removed. As a check for thorough cleaning of tubes, last lint free
cloth shall be as clean as new. This is to be done in presence of the
department’s representative. Outside surface of tube shall also be
cleaned by rubbing manually with lint free cloth soaked in acetone.
Tubes shall also be cleaned by blowing dust free GN2 before laying.
50. Tube bends shall be made with approved and appropriate sizes of
tube benders. Bends shall be of uniform curvature and smooth and
shall be free from wrinkles, flattening and kinks. Use of filler
material during bending is prohibited. Hot bending is also not
permitted.
51. S.S. Tubes are terminated by using approved make of double
compression type ferrule fittings. At the place of termination/joint,
tubes shall be cut square and burrs if any shall be removed by fine
emery paper without reducing wall thickness of the tube. Tube
shall be cut with approved brand of tube cutter only.
52. Fittings shall be installed by qualified fitters who have to undergo
qualification test to be conducted by the Quality Surveillance
Engineer of the department.
53. Tubing shall be routed on the cable trays and shall be clamped at
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
35 | P a g e 1 8 9
the intervals not exceeding 1 m. The tubing shall be run in such a
manner to provide maximum protection against physical damage.
Tubing runs shall be neatly dressed and grouped together where
ever possible. Tubes shall be ganged vertically rather than
horizontally to avoid collection of dirt, dust and other corrosive
material.
54. Tubes which are to be terminated on the instruments, may be
subjected to vibrations during operation, a semi circular loop shall
be formed on the tube near the termination point to avoid damage
to the tubes during operation. All such instruments shall be
identified in consultation with the department Engineer, before
termination of the tubes.
55. Tubes shall be identified at both ends by line number/instrument
number/equipment number to which it is terminated by Anodized
Aluminium tags of rectangular shape and shall be tied to the tube
securely by 16 gauge S. S. wire.
56. Compression unions shall be used for joining the tubes. At the joint
an offset of around six inches (3 inches on each side of the joint)
shall be given on the tube run from the tray, so that the fitting will
be away from the surface of the tube support and have free access
for tightening and checking of leaks during test. Joints on adjacent
tubes in a bundle shall be staggered suitably to avoid interference.
57. All the air supply lines shall be pneumatically tested by the
contractor, using dry air at 8 bar. The joint should be bubble tight.
3.3.2.9. Laying of Cables
58. All cable routes shall be carefully measured and cut to the required
length, leaving sufficient amount for the final connections of the
cable to the terminals on either end.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
36 | P a g e 1 8 9
59. The scope of work consists of laying and termination of multi core
cables at various Junction Boxes / Terminal blocks. Supply of cable
harnessing materials, end Terminals & Identification ferrules is in
the scope of contractor.
60. Cable shall be of single piece and joint is not allowed from one
termination to the other termination.
61. Cables shall be rigidly supported on cable trays, individually or in
groups as required using individually cast or malleable iron
galvanized clips. Distance between the two cable supports shall not
be more than 1 m.
62. Physical protection shall be provided wherever required.
63. Cables are to be terminated on the junction box/instruments using
appropriate size of cable glands/lock nuts and rubber washer with
gland hoods. All Single seal cone grip compression gland shall be
used for armoured and un-armoured cable. All glands should be of
NPT at junction box and Instrument side.
64. Each of the cables shall be tagged with cable number punched
clearly in anodized aluminium tags and tied to the cable at both the
ends and at 15meter intervals.
65. Cables, wires shall be connected on the field instruments/terminal
blocks using lugs. Wire identification shall be provided by inserting
printed PVC sleeves with ferrule number.
66. Cable shall be laid and terminated as per approved cable
scheduling.
67. All wires shall be checked for proper identification, continuity and
insulation before taking up wiring connections.
68. Power Cables and control cables shall be laid in separate Cable
Trays as per IEEE 518-1982.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
37 | P a g e 1 8 9
69. All cable screens/shields shall be earthed.
70. Care should be taken to avoid sharp bending and kinking of
conductor, damaging of insulation and stressing the cable beyond
the pulling force recommended by the manufacturer. Minimum
radius of bend of an insulated cable shall be 12 D for unarmoured
cable and 15 D for armoured cable.
71. While terminating the cable at the devices, a loop involving
around 0.5 mtr extra cable shall be provided.
3.3.2.10. Junction Boxes/SOV cubicles
72. Junction boxes and SOV cubicle shall be mounted in suitable
support structure. The fabrication of support structure shall be
done by the party with approved drawing.
73. The cable entry to Junction boxes & SOV cubicle shall be through
cable glands with PVC hoods.
74. Cable Glands shall be of Single Compression NPT type made from
nickel coated brass with PVC Hoods.
75. All unused holes shall be plugged with Aluminium plug.
76. In general, all cable entries from field elements shall be through
sideways and all cables to control room shall be from bottom.
77. The JBs & SOV cubicle shall be tagged according to tagging
philosophy followed in respective units.
3.3.2.11. Canopy Requirement
78. All junction box and field instruments which are kept outside shall
be provided with pre-fabricated canopy for Rain and Sun
protection.
79. The canopy shall be fabricated by powder coated MS plates of 2
mm thick.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
38 | P a g e 1 8 9
80. The fabrication drawings shall be prepared and shall be approved
by Department.
3.3.2.12. Multi Cable Transit Plate
81. Four numbers of Multi Cable Transit Plate shall be planned; one
for each control room.
82. The transit plate shall be mounted in control room / rack room
entry hole which is already available in the room.
83. The plate shall be drilled with suitable holes matching to cable
diameter.
84. The multicore PVC cables shall pass though the holes and shall be
provided with cable glands at the holes.
85. Additional holes may be provided for future augmentation. Such
holes may be properly sealed with dummy glands to avoid the
entry of dust and insects.
3.3.2.13. Cable Trays
86. Instrument cabling shall be through trench/overhead.
Main Cable Way /Trench : Ladder Tray
Local Branch Cable Way : Perforated Tray
87. Ladder trays shall be used from control room to junction boxes.
These ladder trays run inside cable trench/ structural supports.
88. Perforated G.I. trays shall be used from junction boxes to
individual instruments and inside control room.
89. Suitable cable clamps shall be supplied for binding the
cables/tubes at every 2 m for horizontal and 0.5 m for vertical.
90. Structural supports for the cable/tubing trays shall be
fabricated as per approved drawings and shall be inspected
before erection.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
39 | P a g e 1 8 9
3.3.2.14. Structural support
91. Structural support for the Instrument mounting post, camera post,
Junction box and SOV cubicle shall be fabricated using MS
structural materials and sharp corners shall be smoothened by
grinding.
92. The fabrication shall be carried out with drawing approved by
Department.
93. Structural materials shall be painted with one coat of Red-oxide
Primer and two coats of Grey enamel Paint.
3.3.2.15. Cable Trays – Structural support fabrication
94. Perforated G.I. trays shall be used for cable and SS tube laying.
95. The structural supports for this shall be fabricated as per approved
drawings and shall be inspected before erection.
96. All the welding points shall be painted with one coat of red-oxide
primer and two coats of paint shall be applied.
97. The cable trays shall be welded to the support structures. The burrs
at welding points shall be removed and painted with silver colour
paint
3.3.2.16. Instrumentation Rack-Equipment Assembly & Wiring
98. The instrumentation racks shall be installed and commissioned at
different control room located at different locations.
99. The instrumentation racks are wired for full capacity as given in
Table-A of Annexure 3. The instrumentation rack layouts are given
in Annexure-3.
100. The instrumentation rack shall be 19” width and 42U height
effective spacing.
101. Design of rack shall be in such a way, to provide proper
operational and maintenance access and conceal interconnecting
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
40 | P a g e 1 8 9
wires and cables.
102. Wires shall be housed in PVC cable ducts of suitable dimensions to
accommodate system cables, signal cables and power cables.
103. PVC cable ducts 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
cable duct.
104. Wiring for different voltage signals shall be terminated separately
on dedicated terminal strips.
105. All the terminal blocks shall be DIN rail mountable.
106. Power supply shall be provided with fan tray for cooling.
107. The incoming cables from the field shall be terminated in 72/108
pin heavy duty connector which is supplied by department.
108. 96/64/32 core PTFE cable shall be used for interconnection
between instrumentation racks.
109. These cables shall be terminated in 72/108 pin heavy duty
connectors at the rack output and also at control system or Data
logger rack (Female end).
110. The cable trays and its structural support required for cable la ying
shall be provided.
111. Cable entry in all instrumentation rack shall be from bottom
3.3.2.17. False floor planks cutout
112. In all control rooms, false floor is provided. The instrumentation
racks, consoles and control room tables are positioned over these
false floor planks.
113. The cut out to be taken in these planks so as to enable the cables to
be routed inside racks/consoles/tables.
114. The cut-out of suitable dimension shall be taken in planks. The
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
41 | P a g e 1 8 9
dimension shall be approved by department before taking cut-
outs.
3.3.3. TESTING AND EVALUATION 3.3.3.1. Test Equipments
115. The contractor shall bring all the required test and measure
instruments required for testing and evaluation. The standard
Source/Measure equipments with calibration validity traceable to
national standards shall be used by the contractor. The equipments
of ±0.02% accuracy class of shall be used for sourcing and
measuring.
3.3.3.2. Testing and Evaluation
116. Only preliminary details regarding testing and evaluations are
given below. However the contractor shall prepare detailed
Testing and evaluation procedure and formats during detailed
engineering phase. As per the approved procedures, the contractor
shall carry out the testing and evaluation. The final results shall be
entered in relevant formats and finally to be approved by
Department.
117. Check all the instruments for proper mounting and sealing. Check
for proper routing & dressing of wiring. Ensure the availability of
terminal strip nos., Wire nos., tags and ferrules. Ensure proper
grounding of racks/equipments.
118. Check and log insulation resistance of all cables, continuity of
wiring of all instrument loops as per the relevant drawings.
119. Integrity test up to sensor shall be done.
120. Power supply load test: All the power supplies shall be load
tested up 110% of rated load. The stability and ripple test
shall also be carried out.
Measurement & safety system
121. A known input signal shall be fed from calibrated
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
42 | P a g e 1 8 9
source/communicator and the output shall be recorded in
the control system/Data logger. The results are to be entered
in a format. The sample format is given in Annexure-5. The
format will be finalised at the time of detailed engineering.
Command System
122. Manual command shall be issued from control system and
the voltage at the SOV coil end in the case of E/P valve shall
be measured.
123. Also coil resistance shall be measured.
124. For control valve the percentage of control valve opening
shall be checked. For switches functioning shall be checked.
125. Also in simulation mode, command acknowledgements shall
be checked in control system.
126. The results are to be entered in a format. The sample format
is given in Annexure-6.
127. The format will be finalised at the time of detailed
engineering.
Auxiliary system
128. Each camera has to be checked for its operation like pant/tilt,
zoom /focus, recording & configuration from the control
room.
129. Functional verification of all auxiliary system equipment.
3.3.3.3. Inspection & Quality Surveillance
130. The contractor shall prepare detailed inspection & quality
surveillance plan for all the items and services provided by
the contractor.
131. All Instrumentation items supplied by the contractor
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
43 | P a g e 1 8 9
(Annexure 4) and services covered by this contract shall be
subjected to inspection and testing by department’s
representatives.
132. The inspection by the department’s representative and issue
of inspection certificate thereon shall in no way limit the
liabilities and responsibilities of the contractor in meeting the
specification and quality requirements specified.
133. The contractor shall supply the material test certificates /
calibration certificates (wherever mentioned) for the items
under the supply of contractor’s scope.
134. The contractor shall supply and maintain an independent
comprehensive database system containing inspection &
testing and performance records for each instrument.
3.4. DOCUMENTATION
135. The contractor shall provide with 2 sets of hard copy and a
soft copy for the purpose of documentation. The lists of documents are to be provided by the contractor at the
different phases specified thereupon are as follows: 136. The contractor shall submit the documents specified under
detailed engineering in chapter 3.1 – 1 set of hard copy & Soft copy.
137. Catalogues, Test certificate, warrantee/guarantee certificates and inspection report for the materials /items which are
under the contractor scope of supply. 138. The software CDs, manual, installation guidelines and other
relevant documents for auxiliary systems. 139. The following documents shall be submitted by the
contractor during erection & commissioning phase
Operation & Maintenance manual including Technical & installation details.
Approved fabrication, mounting and layout drawings.
140. Test and evaluation reports.
141. Up on completion of commissioning activities, as-built version of all documents approved during detailed
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
44 | P a g e 1 8 9
engineering.
ANNEXURE –1
CONTROL ROOM LAYOUT
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
45 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
46 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
47 | P a g e 1 8 9
ANNEXURE – 2
INSTRUMENTATION SYSTEM CONFIGURATION &
SCHEMATIC DIAGRAM
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
48 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
49 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
50 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
51 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
52 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
53 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
54 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
55 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
56 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
57 | P a g e 1 8 9
IRIG - B
Network Attached Storage (NAS)
DVD Recorder
Operator Station - 1
Operator Station - 2
Network Switch
File ServerNetwork Switch
IP Camera PTZ-N
IP Camera PTZ-1
Power Supply
Network Switch
Video Time Inserter
Video Wall
Display
FOC
CAT -5 Cable
Control RoomCTRField
FIG.17. Schematic Diagram For CCTV System
Video Wall Controller
Video Switcher
OFC
Control RoomCTR
Matrix Interface
Module
Matrix Interface
Module
Active
AntennaIntercom Station
Intercom Station
Base Station
Antenna Splitter
Belt Packs
Server
Weather proof
intercom station
Field
Intercom Station
FIG. 18 Schematic Diagram For Intercom system
Weather proof
intercom station
Weather proof
intercom station
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
58 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
59 | P a g e 1 8 9
ANNEXURE-3
INSTRUMENTATION RACK GENERAL ASSEMBLY LAYOUT
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
60 | P a g e 1 8 9
Instrumentation Rack Wiring Requirements
Instrumentation system Wiring
Capacity
Rack No Scope
ISF
Facility measurement
parameters & Control Valve
96 ISF-R1 Contractor
EP Valve command 96 ISF-R2 Contractor
EP Valve Status, Flow switch 96 ISF-R3 Contractor
Safety system and Data logger 32 ISF-R4 Contractor
Auxiliary system 12 ISF-R5 Contractor
Control System ISF-R6 & R7 Department
LIN Storage Facility - Monitoring system (Combines
Measurement system, safety system, switches and Data
logger)
48 LIN-R8 Contractor
LIN Storage Facility - Auxiliary system
6 LIN-R9 Contractor
LIN Storage Facility –
Control system
1 LIN-R10 Department
LOX Storage Facility Monitoring system (Combines
Measurement system, safety system, auxiliary system and
Data logger)
16 LOX-R11 Contractor
GHe Storage Facility (Combines Measurement
system, auxiliary system and Data logger)
16 HE-R12 Contractor
Total 12
Department Scope 3
(Racks: ISF-R6, R7 & LINR10)
Contractor Scope 9 Note: For some racks tentative GA drawing are provided for guidance
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
61 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
62 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
63 | P a g e 1 8 9
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
64 | P a g e 1 8 9
ANNEXURE -4
SPECIFICATIONS & SUB-VENDOR DIRECTORY
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
65 | P a g e 1 8 9
Table-B
S.No Items Unit Qty Recommended
Vendors/Brands
1 Pressure Transmitters with manifolds
Nos 70 Absolute Pressure: Rosemount : 3051TA ; SMAR : LD400;
YOKOGAWA : EJX610A; HONEYWELL: STA 800
Differential Pressure:
Rosemount : 3051CD ; SMAR : LD400; YOKOGAWA :
EJX110A; HONEYWELL: STD 800
Manifold: Parker/Swagelok/Anderson/
Hoke
2 Guided Wave level sensor Nos 10 Rosemount, Vega, Magnetrol
3 Temperature transmitter Nos 18 Smar TT301 Rosemount 3144P
Honeywell: STT 850
4 Mass Flow meters Nos 3 Micromotion, E+H
5 HART communicator suitable for communicating with all quoted
pressure, temperature, Guided Wave level & flow transmitters
No 1
6 Flow switch Nos 2 Honeywell, Omega, ifm
7 Pressure switch Nos 11 Honeywell, Omega, ifm
8 Solenoid valve Nos 75 M/s Asco, Chennai M/s Herion
M/s Parker 9 SOV cubicle Nos 15 1. M/s Baliga Lighting Equipments Ltd
2. M/s FlameProof Equipments Pvt. Ltd
3. M/s CEAG FlameProof Control Gears (P) Ltd
4. M/s. Stahl, Chennai 5. M/s FCG Power Industries
Pvt. Ltd 6. M/S. EX Protecta
7. M/S. Pepperl+Fuchs Pvt Ltd.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
66 | P a g e 1 8 9
S.No Items Unit Qty Recommended Vendors/Brands
10 Junction boxes 1. M/s Baliga Lighting
Equipments Ltd
2. M/s Flame Proof Equipments Pvt. Ltd
3. M/s. Stahl, Chennai 4. M/s CEAG Flame Proof
Control Gears (P) Ltd 5. M/s FCG Power Industries
Pvt. Ltd 6. M/S. EX Protecta
7. M/S. Pepperl+Fuchs Pvt Ltd. Type I : 600x400x225 Nos 10
Type II : 300x300x165 Nos 4
11 Compression fittings & SS tubes SS Tubes 1. M/S. Swagelok India
2. M/S. Sandvik 3. M/s. Ratnamani
4. M/s. Remi 5. M/s. Parker
Compression Ferrule Fittings 1. Swagelok
2. Parker
12.7mm SS tube; Wall
thickness:2.2mm
m 600
12.7mm SS tube; Operating
pressure: 650bar
m 100
8mm SS tube m 1500
1/2" NPT M to 12.7mm SS tube;
Operating pressure: 400bar
Nos 150
1/2" NPT F to 12.7mm SS tube;
Operating pressure: 400bar
Nos 100
12.7mm SS tube union; Operating
pressure: 400bar
Nos 120
12.7mm SS tube Tee; Operating
pressure: 400bar
Nos 60
1/2" NPT M to 12.7mm SS tube;
Operating pressure: 650bar
Nos 50
1/2" NPT F to 12.7mm SS tube;
Operating pressure: 650bar
Nos 50
12.7mm SS tube union; Operating
pressure: 650bar
Nos 15
12.7mm SS tube Tee; Operating
pressure: 650bar
Nos 10
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
67 | P a g e 1 8 9
S.No Items Unit Qty Recommended Vendors/Brands
1/4" NPTM to 8mm SS tube;
Operating pressure: 400bar
Nos 150
1/4" NPTF to 8mm SS tube;
Operating pressure: 400bar
Nos 150
8mm SS tube union; Operating
pressure: 400bar
Nos 125
8mm SS tube Tee; Operating
pressure: 400bar
Nos 75
Bulk head union for 8mm tube;
Operating pressure: 400bar
Nos 25
½” NPT SS Plug; Operating
pressure: 400bar
Nos 100
¼” NPT SS Plug; Operating
pressure: 400bar
Nos 100
12 PVC cables 1. Delton Cables, New Delhi
2. Paramount communication Ltd., New Delhi
3. NICCO corporation limited, Kolkata
4. Cable Corporation of India, New Delhi
5. CMI LTD, New Delhi
2 core 20AWG armoured cable m 4500
4 core 20AWG armoured cable m 4000
10 core 18AWG armoured cable m 1500
64 Core 20AWG Un armoured Cable
m 2500
96 Core 18AWG Un armoured
Cable
m 800
96 Core 20AWG Un armoured
Cable
m 2500
13 Cable trays 1. M/s Patny systems,
Secundrabad
2. M/s Elcon Instruments, Pune
3. M/s Shruti Industries, Pune
Perforated Cable Trays- width: 50mm; Height: 12mm; Thickness:
1.6mm
m 700
Perforated Cable Trays- width:
100mm; Height: 25mm; Thickness: 2.0 mm
m 2500
Perforated Cable Trays- width:
150mm; Height: 25mm; Thickness: 2.0 mm
m 1500
Perforated Cable Trays- width: 300mm; Height: 50mm; Thickness:
2.0 mm
m 300
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
68 | P a g e 1 8 9
S.No Items Unit Qty Recommended Vendors/Brands
Ladder Cable Trays- width:
300mm; Height: 75mm; Thickness:
2.0 mm
m 1000
Accessories for above cable trays lot 1
14 Structural materials kg 10000
15 Canopy sq m 10
16 Racks & Accessories Nos 10 Make: President, Rittal.
17 Console & Control Room Tables segment
10&6 Adarsha Control & Automation Pvt Ltd, Chennai.
Pyrotech workspace solutions, Bangalore.
Digilog Technologies Pvt Ltd,
Bangalore. Workspace solution, Bangalore.
18 Transformer Isolated Barrier (TIB)
TIB for transmitters. Nos 216 Make: Pepperl + Fuchs &
MTL TIB for status Nos 112
TIB for Control valve command Nos 8
19 Relays Nos 100 Make: Phoenix
20 24V±20%,20ALinear power supply Nos 6 Make: Aplab
21 PTFE cables 1. M/s. Meerut PTFE Products Pvt Ltd., Meerut
2. T&F Insulation Pvt Ltd., Bulandshahr
3. Delton Cables Ltd., New Delhi
5. FLU-TEF Industries.,
Ahmedabad 6. Satellite Cables., Ahmedabad
7. Techno Cables Pvt Ltd., Secundrabad
8. TCL Special cables., New Delhi
9. Advance Cables, Bangalore 10. Tempsens Instruments Pvt
Ltd, Udaipur.
20AWG 96 Core Cable m 500
20AWG 64 Core Cable m 100
20AWG 32 Core Cable m 100
20AWG Single core wire m 12000
18AWG Single core wire m 2000
22 Power cable m 1000 Finolex, Poly Cab, V Guard, RR
Kabel, Havells, Lapp, Kundan
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
69 | P a g e 1 8 9
S.No Items Unit Qty Recommended Vendors/Brands
23 Earth cable m 500 Finolex, Poly Cab, V Guard, RR
Kabel, Havells, Lapp
24 Terminal block 1. Wago
2. Phoenix
3. ABB
4. Weid muller
Terminal Blocks- No. of levels:2 ; No of terminals:4 with diode in
series
Nos 50
Terminal Blocks- No. of levels:2 ; No of terminals:4 with diode in
parallel
Nos 50
25 Cable glands Make:
1. Trinity
2. Hummel
3. Weid muller
4. Lapp
Nickel coated Brass Type
Cable Gland - 46mm Nos 50
Cable Gland - 32mm Nos 50
Polymide Type
Cable Gland - 46mm Nos 50
Cable Gland - 32mm Nos 50
Cable Gland - 25mm Nos 50
Cable Gland - 19mm Nos 50
26 Cable entry Plate Nos 4
27 Mounting Plate Nos 15
28 Metal conduits, Metal flexible
hoses suitable for conduit, 4/3/2 way metal junction box suitable
for conduit bends, elbows, Tees and couplers of required
quantities.
lot 1
29 Indicators , Switches &Keys 1.Tyco; 2.Amphenol; 3.Honeywell
4.Entrelac
Indicators 40 Nos
Authorization keys 10 Nos
Switches with Indicators 40 Nos
Mushroom caped emergency stop
switches
10 Nos
30 Data logger, its accessories &spares Nos 4 Yokogowa, UEI, Dewesoft
31 Operator chair Nos 25 Godrej, Featherlite, Merryfair
32 SS Interface adaptor for
Temperature probes Nos 18
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
70 | P a g e 1 8 9
S.No Items Unit Qty Recommended Vendors/Brands
33 24 core Fiber Optic Armoured
cable.
m 1500 Amp/Krone/HFCL/Sneider
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
71 | P a g e 1 8 9
1. PRESSURE TRANSMITTERS & MANIFOLDS
SPECIFICATION FOR SMART ABSOLUTE PRESSURE TRANSMITTER
Sl.No Parameters Specification
1 Type SMART Absolute Pressure Transmitter
≥300 bar Gauge pressure transmitter can also be quoted.
2 Measurement Range As per Table 1
3 Service Medium As per Table 1
4 Maximum Turndown Ratio 100:1
5 Output Two wire 4–20 mA with superimposed Digital communication with HART
protocol.
6 Power Supply 12 to 30 V DC.
7 Local Indication 4½ digits LCD – Local Alpha Numeric
Digital display in Engineering units.
8 Hazardous Area Certification
Both Intrinsically safe and Explosion proof suitable for use in Hydrogen atmosphere.
(CENLEC / CSA / FM / ATEX or any equivalent approval).
9 Safety Integrity Level
Standard (SIL)
Safety Instrumented System Certification as
per IEC 61508 standard, SIL 2 or above.
10 Zero & Span Adjustments Zero and Span are to be adjusted from the Handheld HART Communicator and
provision for local adjustment to be set anywhere within the range limits.
11 Failure mode alarms High alarm ≥ 21.0 mA
Low Alarm ≤ 3.6 mA
12 Accuracy @ TD 8:1 for URL<300 Bar
and @ TD 2.5:1 for URL>300 Bar
≤± 0.085 % of Calibrated span (including the effect of Terminal - Based
linearity, hysteresis & repeatability)
13 Ambient Temperature Effect for 28°C variation
@ TD 8:1 for URL<300 Bar and
@ TD 2.5:1 for URL>300 Bar
≤ ± 0.4 % span
14 Stability ≤± 0.2 % of URL for 60 months
15 Power Supply Effect ≤± 0.005 % of Calibrated Span per Volt.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
72 | P a g e 1 8 9
16 Over Pressure limit Over pressure limit of selected transmitters shall be 1.25 times of URL
17 Nominal Operating
Temperature
0 – 80oC
18 Response time ≤ 150 millisecond
19 Wetted Material As per Table 1
20 Fill Fluid As per Table 1
21 Transient Protection As per IEEE C62.41, category B : i) 4kV
crest , 1.2 micro sec rise time X 50 micro
sec delay time at half value, ii) peak surge current : 4000A to housing , iii) peak
transient voltge : 100V DC, iv) loop impedance : <25ohms,
Applicable standards : IEC61000-4-4, IEC61000-4-5.
22 Drain vent port Not required.
23 Electrical Connection ½ " – 14 NPT (F) with SS plug for dust
proof.
24 Transmitter Process
connection
½ " – 14 NPT (F) or suitable for the quoted
manifold
25 Housing Material Polyurethene covered aluminium with ½”-14 NPT conduit entry.
26 External Grounding screw
assembly on transmitter
body
Required
27 Mounting Bracket Stainless Steel Bracket with SS fasteners, bolts, nuts, washers and U-clamps suitable
for 2 inch pipe mounting.
28 Calibration Calibration shall be carried out at room
temperature in 5 steps ascending and 5 steps descending. Calibration certificate is
to be provided. Calibration shall be traceable to National Standards.
29 Ingress Protection IP66/67
30 Manifold 2 Valve manifold. Manifold can be either
integral type or separate type. For separate type, if any interface adaptor is required,
the party has to supply the interface adaptor along with manifold and ensure
their leak tightness.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
73 | P a g e 1 8 9
SPECIFICATION FOR SMART DIFFERENTIAL PRESSURE TRANSMITTER
Sl.No Parameters Specification
1 Type SMART Differential Pressure Transmitter
2 Measurement Range
As per Table 1
3 Service medium As per Table 1
4 Turndown Ratio 100:1
5 Output Two wire 4–20 mA with superimposed Digital communication HART protocol.
6 Power Supply 12 to 30 V DC.
7 Local Indication 4 ½ digit LCD- Local Alpha Numeric Digital display in Engineering unit.
8 Hazardous Area Certification for all
Transmitters
Both Intrinsically safe and Explosion proof suitable for use in Hydrogen atmosphere.
( CENELEC / CSA / FM / ATEX or any equivalent approval).
9 Safety Integrity
Level Standard (SIL)
Safety Instrumented System Certification as per IEC
61508 standard, SIL 2 or above.
10 Zero & Span
Adjustments
Zero and Span are to be adjusted from the
Handheld HART Communicator (HHC) and provision for local adjustment to be set anywhere
within the range limits.
11 Failure mode alarms
High alarm ≥ 21.0 mA
Low Alarm ≤ 3.6 mA
12 Reference Accuracy
@ TD 5:1
≤ ±0.075%Span for URL above 100 mbar
≤ ± 0.1% span for URL below100 mbar (including the effect of Terminal - based linearity,
hysterisis & repeatability).
13 Ambient Temperature effect
for 280 C variation @ TD 5:1
≤±0.4%Span for URL above 100 mbar ≤± 0.75% for URL below 100 mbar
14 Stability ≤±0.2%URL for 5 years , for URL above 100 mBar ≤±0.2% URL for 1 year, for URL below 100 mar
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
74 | P a g e 1 8 9
15 Power Supply Effect ≤± 0.005 % of Calibrated Span per volt.
16 Mounting Position Effect
Zero shifts can be calibrated out.
17 Static Pressure effect Span error: ≤ ± 0.2 % of span /70 bar for URL above
100 mbar. Span error: ≤0.45 %span/70 bar for URL below 100
mbar
18 Maximum Static
pressure
As per Table 1
19 Over pressure limit Over pressure limit of selected transmitters should be 1.25 times of URL (Upper range Limit) .
20 Nominal Operating
Temperature
0 – 80oC
21 Response time ≤ 150 ms for URL above 100 mbar≤ 260 ms for URL
below 100 mbar
22 Wetted Material As per Table 1
23 Fill Fluid As per Table 1
24 Transient Protection As per IEEE C62.41, category B : 4kV crest , 1.2
micro sec rise time X 50 micro sec delay time at half value, peak surge current : 4000A to housing, peak
transient voltge : 100V DC, loop impedance :
<25ohms, Applicable standards : IEC61000-4-4, IEC61000-4-5.
25 Drain vent port Not required.
26 Electrical Connection
½ " – 14 NPT (F) with SS plug for dust proof.
27 Transmitter Process Connection
½ " – 14 NPT (F) or suitable for the quoted manifold
28 Housing Material Polyurethane covered aluminum with 1/2-14NPT
Conduit entry.
29 External Grounding screw assembly on
transmitter body
Required.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
75 | P a g e 1 8 9
30 Mounting Bracket Stainless Steel Bracket with SS fasteners, bolts, nuts, washers and U-clamps suitable for 2 inch pipe
mounting.
31 Calibration Calibration shall be carried out at room
temperature in 5 steps ascending and 5 steps descending. Calibration certificate is to be provided.
Calibration shall be traceable to National Standards.
32 Ingress Protection IP66/67
33 Manifold 5 Valve manifold. Manifold can be either integral type or separate type. For separate type, if any
interface adaptor is required, the party has to supply the interface adaptor along with manifold
and ensure their leak tightness.
Oxygen cleaning service is required for transmitters & manifold with LOX
media.
TABLE 1
LIST OF PRESSURE TRANSMITTERS Sl.No Tag No. Range
(bar ) Medium Wetted Part
material Fill Fluid
ABSOLUTE PRESSURE TRANSMITTER
1 PT 0 - 1.4 GHe SS316 Silicone oil
2 KPI 5001 0-5 GN2/Kerosene SS316 Silicone oil
3 KPI 5021 0-5 GN2/ Kerosene SS316 Silicone oil
4 KPI 5041 0-5 GN2/ Kerosene SS316 Silicone oil
5 KPI 5002 0-5 GN2/ Kerosene SS316 Silicone oil
6 KPI 5022 0-5 GN2/ Kerosene SS316 Silicone oil
7 KPI 5042 0-5 GN2/ Kerosene SS316 Silicone oil
8 KPI 5061 0-5 GN2/ Kerosene SS316 Silicone oil
9 KPI 2101 0-5 GN2/ Kerosene SS316 Silicone oil
10 KPI 5141 0-5 GN2/ Kerosene SS316 Silicone oil
11 KPI 5161 0-5 GN2/ Kerosene SS316 Silicone oil
12 KPI 5142 0-5 GN2/ Kerosene SS316 Silicone oil
13 KPI 5162 0-5 GN2/ Kerosene SS316 Silicone oil
14 KPI 5083A 0 - 6 GN2/ Kerosene SS316 Silicone oil
15 KPI 5083B 0 - 6 GN2/ Kerosene SS316 Silicone oil
16 KPI 5084A 0 - 6 GN2/ Kerosene SS316 Silicone oil
17 KPI 5084B 0 - 6 GN2/ Kerosene SS316 Silicone oil
18 KPI 7122 0-7 GN2 SS316 Silicone oil
19 KPI 7123 0-10 GN2/ Kerosene SS316 Silicone oil
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
76 | P a g e 1 8 9
TABLE 1
LIST OF PRESSURE TRANSMITTERS Sl.No Tag No. Range
(bar ) Medium Wetted Part
material Fill Fluid
20 KPI 2102 0-10 GN2/ Kerosene SS316 Silicone oil
21 KPI 2104 0-10 GN2/Kerosene SS316 Silicone oil
22 H7911A-1 0-10 GN2 SS316 Silicone oil
23 H7911A-2 0-10 GN2 SS316 Silicone oil
24 HPT-701 0-10 GN2 SS316 Silicone oil
25 HPT-702 0-10 GN2 SS316 Silicone oil
26 HPT-703 0-10 GN2 SS316 Silicone oil
27 HPT-704 0-10 GN2 SS316 Silicone oil
28 HPI-6G01 0-10 GHe SS316 Silicone oil
29 HPT-101 0-10 Liquid Oxygen / Vapours
SS316 Inert Fill
30 HPT-102 0-10 Liquid Oxygen /
Vapours
SS316 Inert Fill
31 H7911A-1 0-10 Liquid Oxygen / Vapours
SS316 Inert Fill
32 H7911A-2 0-10 Liquid Oxygen / Vapours
SS316 Inert Fill
33 S1 0-20 Water SS316 Silicone oil
34 S2 0-20 Water SS316 Silicone oil
35 S3 0-20 Water SS316 Silicone oil
36 S4 0-20 Water SS316 Silicone oil
37 S5 0-20 Water SS316 Silicone oil
38 HAL-6G19 0-250 GHe SS316 Silicone oil
39 KPI 7101 0-300 GN2 SS316 Silicone oil
40 KPI 7121 0-300 GN2 SS316 Silicone oil
41 HPT-301 0-650 GN2 SS316 Silicone oil
42 HPT-302 0-650 GN2 SS316 Silicone oil
43 HPT-303 0-650 GN2 SS316 Silicone oil
44 HPT-705 0-650 GN2 SS316 Silicone oil
45 Spare -1 0 - 1.4 GHe SS316 Silicone oil
46 Spare -2 0-10 GN2/Kerosene SS316 Silicone oil
47 Spare -3 0-10 GHe SS316 Silicone oil
48 Spare -4 0-10 LOX SS316 Inert Fill
49 Spare -5 0-20 Water SS316 Silicone oil
50 Spare -6 0-250 GHe SS316 Silicone oil
51 Spare -7 0-300 GN2 SS316 Silicone oil
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
77 | P a g e 1 8 9
TABLE 1
LIST OF PRESSURE TRANSMITTERS Sl.No Tag No. Range
(bar ) Medium Wetted Part
material Fill Fluid
52 Spare -8 0-650 GN2 SS316 Silicone oil
DIFFERENTIAL PRESSURE TRANSMITTER (Line Pressure: 10bar)
55 LLT 0-250mbar Liquid Helium SS316 Silicone oil
53 KLI 2082B 0-500mbar Kerosene liquid SS316 Silicone oil
54 KLI 2081B 0-500mbar Kerosene liquid SS316 Silicone oil
56 H7911A-L1L 0-500mbar Liquid Nitrogen SS316 Silicone oil
57 H7911A-L2L 0-500mbar Liquid Nitrogen SS316 Silicone oil
58 H7911A-L1 0-500mbar LOX SS316 Inert Fill
59 H7911A-L2 0-500mbar LOX SS316 Inert Fill
60 HLT-301 0-1 Liquid Nitrogen SS316 Silicone oil
61 HLT-302 0-1 Liquid Nitrogen SS316 Silicone oil
62 HLT-303 0-1 Liquid Nitrogen SS316 Silicone oil
63 HLT-304 0-1 Liquid Nitrogen SS316 Silicone oil
64 HLT-101 0-1 LOX SS316 Inert Fill
65 HLT-102 0-1 LOX SS316 Inert Fill
66 KPDI2121 0-10 Kerosene liquid SS316 Silicone oil
67 Spare -9 0-250mbar Liquid Helium SS316 Silicone oil
68 Spare -10 0-1 LOX SS316 Inert Fill
69 Spare -11 0-1 Liquid Nitrogen SS316 Silicone oil
70 Spare -12 0-10 Kerosene liquid SS316 Silicone oil
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
78 | P a g e 1 8 7
PRESSURE TRANSMITTERS MODEL MATRIX SELECTION GUIDELINES
Sl.No Tag No. Range
(Bar)
Medium Recommended
Make
Guide line Model Number Matrix
1 PT 0-1.4 GHe Smar LD400 A3 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Spare-1 Rosemount 3051 CA 1 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
3051 TA 1 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
Yokogowa EJX610A E B S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T06
2 KPI 5001 0-5 GN2/ KEROSENE
KPI 5021
KPI 5041
KPI 5002 Smar LD400 A4 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
KPI 5022 Rosemount 3051 CA 2 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
KPI 5042 3051 TA 2 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
KPI 5061 Honeywell STA84L E 1 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
KPI 2101 Yokogowa EJX610A E B S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T06
KPI 5141
KPI 5161
KPI 5142
KPI 5162
3 KPI 5083A
0 - 6 GN2/ KEROSENE
Smar LD400 A4 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
KPI 5083B
Rosemount 3051 CA 2 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
KPI
5084A
3051 TA 2 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
Yokogowa EJX610A E B S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T06
Honeywell STA84L E 1 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
4 KPI 7122 0-7 GN2 Smar LD400 A4 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Rosemount 3051 CA 2 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
3051 TA 2 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
79 | P a g e 1 8 7
PRESSURE TRANSMITTERS MODEL MATRIX SELECTION GUIDELINES
Sl.No Tag No. Range
(Bar)
Medium Recommended
Make
Guide line Model Number Matrix
Honeywell STA84L E 1 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
Yokogowa EJX610A E B S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T06
5 KPI 7123 0-10 GN2/ KEROSENE
Smar LD400 A4 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
KPI 2102 Rosemount 3051 CA 2 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
3051 TA 2 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
KPI 2104 Yokogowa EJX610A E B S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T06
HPT 701 Honeywell STA84L E 1 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
HPT 702
HPT 703
HPT 704
H7911A-1
H7911A-2
Spare-2
6 HPI-6G01 0-10 GHe Smar LD400 A4 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Spare-3 Rosemount 3051 CA 2 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
3051 TA 2 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
Yokogowa EJX610A E B S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T06
Honeywell STA84L E 1 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
7 HPT-101 0-10 LOX Smar LD400 A4 D 0 H 1 1 T 0 1 1 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Rosemount 3051 TA 2 A 2B 2 2 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1 P2
HPT-102 Yokogowa EJX610A E B S 4 N 0 1 7 D L KU21 A D3 N4 K1 K3 C2 C3 M15 T06
H7911A-1 Honeywell STA84L E 2 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000 OX
H7911A-2
Spare-4
8 S1 0-20 Water Smar LD400 A4 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
80 | P a g e 1 8 7
PRESSURE TRANSMITTERS MODEL MATRIX SELECTION GUIDELINES
Sl.No Tag No. Range
(Bar)
Medium Recommended
Make
Guide line Model Number Matrix
S2 Rosemount 3051 CA 3 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
S3 3051 TA 3 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
S4 Yokogowa EJX610A E B S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T07
S5 Honeywell STA84L E 1 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
Spare-5
9 HAL-6G19 0-250 GHe Smar LD400 A5 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4 Spare-6 Rosemount 3051 CA 4 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
3051 TA 4 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
Yokogowa EJX610A E D S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T15
10 KPI 7101 0-300 GN2 Smar LD400 A6 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
KPI 7121 Rosemount 3051 TA 5 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1 Yokogowa EJX610A E D S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T15
Spare -7 Honeywell STG88L E 1 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
HPT301 0-650 GN2
HPT302 0-650 Rosemount 3051 TA 5 A 2B 2 1 A B4 K8 D4 Q4 Q8 QT M5 DO T1 P1
HPT303 0-650 Yokogowa EJX610A E D S 4 N 0 1 7 D L KU21 A D3 N4 C2 C3 M15 T15
HPT705 0-650 Honeywell STG89L E 1 G S00 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
Spare-8 0-650
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
81 | P a g e 1 8 7
PRESSURE TRANSMITTERS MODEL MATRIX SELECTION GUIDELINES
Sl.No Tag No. Range
(Bar)
Medium Recommended
Make
Guide line Model Number Matrix
LIST OF DIFFERENTIAL PRESSURE TRANSMITTER
11 LLT 0-250mbar GHe Smar LD400 D2 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Rosemount 3051 CD 2 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO SPARE-9
Honeywell STD820 E 1 H S 1 A S 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
Yokogowa EJX110 A E M H 4 G 9 1 7 D J KU21 A D3 N4 T12
12 KLI 2082B
(DP)
0 -500mbar KEROSENE LIQUID
Smar LD400 D2 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Rosemount 3051 CD 2 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
KLI
2081B Honeywell STD820 E 1 H S 1 A S 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
Yokogowa EJX110 A E M H 4 G 9 1 7 D J KU21 A D3 N4 T12
13 H7911A-L1L
0 -500mbar LIQUID NITROGEN
Smar LD400 D2 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Rosemount 3051 CD 2 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
Honeywell STD820 E 1 H S 1 A S 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000 H7911A-
L2L
Yokogowa EJX110 A E M H 4 G 9 1 7 D J KU21 A D3 N4 T12
14 H7911A-L1 0-500 mbar LOX Smar LD400 D2 D 0 H 1 1 T 0 1 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4 H7911A-L2 Rosemount 3051 CD 2 A 2 2 A 2 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 P2 D7 DO
Honeywell STD820 E 2 H S 1 A S 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000 OX
Yokogowa EJX110 A E M H 4 G 9 1 7 D J KU21 A K1 K3 D3 N4 T12
15 HLT-101 (DP)
0-1 LOX Smar LD400 D3 D 0 H 1 1 T 0 1 1 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Rosemount 3051 CD 3 A 2 2 A 2 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 P2 D7 DO
HLT-102 (DP)
Honeywell STD820 E 2 H S 1 A S 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000 OX
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
82 | P a g e 1 8 7
PRESSURE TRANSMITTERS MODEL MATRIX SELECTION GUIDELINES
Sl.No Tag No. Range
(Bar)
Medium Recommended
Make
Guide line Model Number Matrix
Spare-10
(DP)
Yokogowa EJX110 A E M H 4 G 9 1 7 D J KU21 A K1 K3 D3 N4 T12
16 HLT301 0-1 LIN Smar LD400 D3 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4 HLT302 Rosemount 3051 CD32 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
HLT303 Honeywell STD820 E 1 H S 1 A S 1 C C H C 13C B 2 1 A6 FX F1 FE TP 0000
HLT304 Yokogowa EJX110 A E M H 4 G 9 1 7 D J KU21 A D3 N4 T12 SPARE-11
17 KPDI2121 (DP)
0-10 KEROSENE LIQUID
Smar LD400 D4 1 0 H 1 1 T 0 1 0 I 2 1 0 I 2 A 9 H 1 0 Y2 Y1 Y0 M4
Spare-12 (DP)
Rosemount 3051 CD 4 A 2 2 A 1 A S6 B4 K8 L4 M5 Q4 Q8 D4 QT D4 T1 P1 D7 DO
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
83 | P a g e 1 8 7
SPECIFICATION OF 2 VALVE MANIFOLD
SPECIFICATION OF 5 VALVE MANIFOLD
1 Type : 2 valve manifold
2 Material : 316 SS
3 Packing material : PTFE
4 Seat type : Integral
5 Instrument Connection : Suitable for quoted transmitter interface
6 Process connection : ½ inch-14 NPTF
7 Maximum Operating Pressure
: 400 bar (for transmitters up to 300bar pressure range)
650 bar (for transmitters above 300bar
pressure range)
8 Operating Temperature
: 0 to 100 Deg C
9 Hydro Testing : To be carried out at 1.5 times the maximum operating pressure for all the
manifolds and certificate to be provided
10 Material Test certificate : To be provided
11 Mounting Bolts : To be supplied with SS material.
12 Oxygen cleaning : Oxygen cleaning to be carried out for transmitters operating in oxygen
medium.
1 Type : 5 valve manifold
2 Material : 316 SS
3 Packing material : PTFE
4 Seat type : Integral
5 Instrument Connection : Suitable for quoted transmitter interface
6 Process connection : ½ inch-14 NPTF
7 Maximum Operating
Pressure
: 400 bar
8 Operating Temperature : 0 to 100 ° C
9 Hydro Testing : To be carried out at 1.5 times the
maximum operating pressure for all the manifolds and certificate to be provided
10 Material Test certificate : To be provided
11 Mounting Bolts : To be supplied with SS material.
12 Oxygen cleaning : Oxygen cleaning to be carried out for transmitters operating in oxygen
medium.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
84 | P a g e 1 8 7
Along with offer, the vendor shall supply the detailed catalogue and the
selected model matrix for pressure transmitter and manifold. The dimensional drawing for manifold shall also be provided.
2. GUIDED WAVE RADAR LEVEL SENSOR 1. Type : Guided wave radar
2. Measurement Principle : Time Domain reflectometry (TDR)
3. Medium : Kerosene 4. Measuring range : 1.3m-1No,1.8m-1No,2.2m-1No
3.6m -5Nos Spare: 1.8m-1No,2.2m-1No
(The exact length will be provided at the time of detailed engineering.)
5. Process pressure : 10 bar 6. Process Temperature : 300K
7. Accuracy : 3mm or 0.03 % of measured distance whichever is greater
8. Repeatability : better than 1mm
9. Ambient temperature effect : 0.2 mm/K 10. Update interval : < 1 sec
11. Reference condition : 298 K and ambient pressure in water 12. Microwave output power : 0.3mW to 45 mW
13. Display : Integral digital display to be provided to display the level
14. Output : 2 wire, 4 to 20 mA analog output and HART signal superimposed on analog
output 15. Power supply : 16-42 VDC
16. Probe type : Coaxial/Flexible with centring disc
17. Material : SS316L 18. Process connection : 2” Flange, ANSI 150# CL
19. Housing material : Polyurethene covered aluminium 20. Ingress protection : NEMA 4X and IP 66
21. Hazardous Location : Intrinsically safe certified ATEX II 2G Ex ia IIC T6.
22. Vibration resistance : Housing : IEC 60770-1 Level 1 23. Electromagnetic compatibility : Emission and immunity :
EN61326-1:1997
Along with offer, the vendor shall supply the detailed catalogue and the
selected model matrix.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
85 | P a g e 1 8 7
3. TEMPERATURE TRANSMITTER
Inputs : a. 2/3/4 wire Pt 100 IEC
: b. 2/3/4 wire Pt 500 IEC
: c. Thermocouples: B,E,J,K,N,R,S,T types
: d. Ohms:0-2000Ω
: e. millivolt : -10 to 100 mV
Output Signal : Two-wire, 4-20mA with superimposed digital
communication (HART protocol)
Power Supply : 12 to 42 VDC
Digital Accuracy (Excluding
sensor)
: Given in table.2
Minimum span : Given in table.2
4-20 mA D/A accuracy : ≤ ± 0.03% of span
CJC accuracy for T/C : ±0.25 degC
Ambient Temp effect for 10 °C
variation in temperature
: RTD (IEC: Pt50, Pt100): 0.04ohm
Ohm (0...2000ohm) & RTD (IEC: Pt500):
0.3ohm
mV (-10...100 mV) & TC (NBS: E, J, K, N):
15µV .
Stability 0.05%URL for 5 years
Indication : 4½ or 5 digit LCD indicator
Zero and Span Adjustment : By Hand-Held Terminal or Local adjustment.
Temperature Limits : Operation: 15 to 500C
: Storage : 15 to 600C
Sensor Failure : In case of sensor or circuit failure, the self
diagnostics to drive the output to 3.9 or to 21.0mA,user selectable.
Humidity Limits : 10 to 100% RH (non condensing)
Turn-on Time : ≤ 10 seconds
Update Time : ≤ 0.5 seconds
Damping : 0 to 30 sec (adjustable)
Power Supply Effect : ≤ ± 0.005% of calibrated span per volt.
EMI Effect : To be designed to comply with IEC standards
Alarm : As per NAMUR standards.
Configuration : To be done by an Hand- Held terminal (HART protocol) or locally using switches.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
86 | P a g e 1 8 7
Hazardous Location : Intrinsically safe certified ATEX II 2G Ex ia IIC
T6.
Electrical connection : ½-14 NPT
Material of Construction : Painted copper aluminum housing, with Buna
N 0-rings on cover
Ingress Protection : IP66/67
Accessories : Mounting bracket to be supplied to mount on 2” pipe
Table 2
Range & Input
Accuracy
Type Range(°C) Min. Span (°C)
Digital Accuracy 0C
RTD Pt 100 -200 to 850 10 ± 0.2
Pt 500 -200 to 450 10 ± 0.2 T/C B 100 to 1800 50 ± 0.8
E -50 to 1000 25 ± 0.2 J -150 to 1200 30 ± 0.3
K -180 to 1350 60 ± 0.6 N -100 to 1300 50 ± 0.5
R 0 to 1750 40 ± 0.6 S 0 to 1750 40 ± 0.5
T -200 to 400 25 ± 0.3 OHM Ohm 0 to 2000Ω 20 Ω ±0.35 ohm
mV mV -10 to 100mV 3mV ± 0.02%
Guidelines for Model matrix selection:
Smar: TT301 1 2 1 0 ZZ Rosemount: 3144P D1 A 1 I1 B5 M5 G1 T1 A1 CN C4 QG
Honeywell: STT 850 S 0 C C H C 4 S A 3 1 A6 F1
Along with offer, the vendor shall supply the detailed catalogue and the
selected model matrix.
4. MASS FLOW METER
Flow tube :
Type : Coriolis Mass flow
Tag No : As per Table-1
Fluid Medium : Kerosene
Maximum Operating pressure : 10bar(g)
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
87 | P a g e 1 8 7
Operating Flow range : 10-45m3/hr
Line size (NB) : 3”
End Connection : RF Flanged ANSI B16.5, #150 class
flange rating
Process temperature : 290 to 323 K
Mass flow accuracy (Including linearity ,
Repeatability & zero stability)
@ Max. flow & Min. flow : ≤± 0.15% of Reading
Pressure Drop
@ Max. flow & Min. flow : < 0.05Mpa
Temperature accuracy : ± 1°C ± 0.5% of rate in °C
Materials of construction
Flow Tube & Flange
Housing
: SS 304L/SS316L
SS 304/SS316 Transmitter
Transmitter Output : 1. One active 4-20 mA output to
represent Mass Flow with HART communication
2. One passive 4-20 mA output
to represent Mass /
temperature / density 3. One active pulse output for
mass flow rate
Power supply : 24 V DC ±10%
Field mount housing : Epoxy painted cast Al housing
Housing protection : NEMA 4X (IP67)
Flow Transmitter Mounting : Remote/Integral mount (For
remote mount: mounting kit to be
provided, interconnecting cable to
be supplied)
Hazardous location : Intrinsically safe certified ATEX II
2G Ex ia IIC T6.
Local display : LCD display, Flow rate/ Total in
Engineering unit.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
88 | P a g e 1 8 7
Programming : Through Front Panel Key Pad &
HART Communicator
The party shall provide the following along with the quote
Catalogue, Drawing & Specifications:
The party shall provide detailed catalogue showing part numbers and
options selected in their quotation.
The party shall provide with dimensional drawing of quoted flow
meter.
The quote shall indicate the inaccuracy of flow meter including Non-
linearity, Repeatability ,Long term stability & Zero stability for the
minimum and maximum flow rates.
Flow meter Sizing Sheet
The party shall provide detailed sizing sheet with Pressure drop,
Velocity & Accuracy for operating flow range.
During procurement and supply phase, the vendor shall provide with
Calibration Certificate
Calibration certificate of fully assembled flow meter from National
Accredited Laboratory shall be provided.
Calibration shall be carried out at minimum 5 points of required flow
range, with water or equivalent medium, preferably water.
Accuracy of calibration rig to be provided.
The accuracy change due to calibration medium other than water shall
be provided.
The vendor shall dispatch the items, only after the approval of
calibration certificates.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
89 | P a g e 1 8 7
5. HART COMPATIBLE HAND HELD COMMUNICATOR FOR
PROGRAMMING THE TRANSMITTERS.
HART communicator suitable for communicating with all quoted pressure,
temperature, Guided Wave level & flow transmitters. The communicator
should be able to communicate all device specific and generic commands.
The required updated versions of DDs shall be loaded.
6. FLOW SWITCH
Type : Flow switch with one DPST / DPDT Input:
1. Should sense the presence of flow
2. Max operating pressure : 10 bar gauge 3. Flow range : 2 to 10 l/s
4. Wetted Part : Stainless steel suitable for Kerosene Output:
1. Electrical output : Potential free contact 2. Excitation : 10 VDC
3. Switching electrical rating : 24 V/50 mA 4. Switch operating mode : Normally open
5. Set point accuracy : 2% 6. Dead band : 1%
Environmental: 1. Construction : Hermetically sealed
2. Operating Temperature : -55 deg C to +70 deg C
3. Humidity : 100 % RH 4. Mechanical shock : 50 g
5. Enclosure : Explosion proof Physical:
1. Electrical connection : MIL standard bayonet locking type hermetic connector with required number of pins or
pigtail cable of length 5 metres 2. Process connection : ½” NPTM
The party shall provide the following along with the quote
Catalogue, Drawing & Specifications:
The party shall provide detailed catalogue showing part numbers and
options selected in their quotation.
The party shall provide with dimensional drawing of quoted flow
switch.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
90 | P a g e 1 8 7
7. PRESSURE SWITCH
Type: Pressure switch with one DPST / DPDT Input:
1. Set Pressure : 8/50 bar absolute 2. Max operating pressure : 10/60 bar absolute
3. Over Pressure : 2 times Max. operating Pressure 4. Burst Pressure : 3 times Max. operating Pressure
5. Wetted Part : Stainless steel suitable for GN2
Output: 1. Electrical output : Potential free contact
2. Excitation : 24 VDC 3. Switching electrical rating : 24 VDC/50 mA
4. Switch operating mode : Normally open
5. Set point accuracy : ≤ 2% of set pressure
6. Dead band : ≤ 1% of set pressure Environmental:
1. Construction : Hermetically sealed 2. Operating Temperature : -55 deg C to +70 deg C
3. Humidity : 100 % RH 4. Mechanical shock : 50 g
5. Enclosure : Explosion proof Physical:
1. Electrical connection : ½” NPTF
2. Process connection : ½” NPTM The party shall provide the following along with the quote
Catalogue, Drawing & Specifications:
The party shall provide detailed catalogue showing part numbers and
options selected in their quotation.
The party shall provide with dimensional drawing of quoted pressure switch.
8. SOLENOID VALVE
1. Valve Body
Type: Three way, Normally closed
Body material : SS 316
Housing : Die cast Aluminium epoxy painted
Stem: SS 316/ SS304
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
91 | P a g e 1 8 7
Seat: Viton
End connection: Threaded female NPT conforming to ANSI-B1.20.1.
1/4" NPT (F)
Mounting altitude: Any altitude without affecting their operation.
Orifice Size: <3 mm
2. Solenoid
Power supply : 24 VDC / 300 mA (max)
Solenoid coil: Suitable for continuous energization.
Enclosure: IP 65
Coil insulation: Class F as defined in IS: 1271.
Coil pick up voltage: Between 50 to 70% of normal supply voltage.
Coil drop up voltage: Between 30% to 50% of nominal supply
voltage.
Coil temperature rise: Not to exceed 70°C.
Single coil
Response Time : Less than 100 ms.
Conduit connection: Enclosure shall have 1/2” NPT (F) connection
for power Supply cable.
Mode of operation: Direct operated
Manual operation : Provision to open the valve using Lever
Freewheeling Diode : Two diode in series to be provided
3. Process condition
Fluid: GN2
Operating Pressure: Min. 2 bar, Max. 10 bar, Nominal: 7 bar
Service Life : 50,000 cycles
Operating Temperature: 30°C to 40°C
Relative humidity: up to 95%
The party shall provide the following along with the quote
Catalogue, Drawing & Specifications:
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
92 | P a g e 1 8 7
The party shall provide detailed catalogue showing part numbers and
options selected in their quotation.
The party shall provide with dimensional drawing of quoted solenoid.
9. SOV CUBICLE Enclosure
1. Type : Suitable for mounting 4+1 no of SOVs
2. Enclosure protection : SOV cubicle : Weather proof to IP 65
Junction Box : Flame proof
3. No of JB per SOV cubicle : One
4. Material : SOV cubicle : CRCA 3.2 mm thick
Junction Box : Die cast Aluminium alloy
(LM6)
5. Cover : Hinged for SOV cubicle
Bolted for Junction Box
6. Colour : Epoxy base, shade 631 IS : 5 (Light Grey)
7. Body grounding : Earthing screws of SS material with washer
8. Size : Suitable for accommodating 5 SOVs and
header
9. Mounting Interface Provision to mount the air header,
solenoids and outlet tube to EP valves to be
provided inside the SOV cubicle. The air
header shall be welded to 1 ” pipe and
taken outside the cubicle and the end shall
be provided with 1” 150# class RF Flange
10. Transit Arrangement : Lifting Hook to be provided
Terminals
1. No. of Terminals : 10 Terminals (Each suitable for 2.5mm2 )
2. Style : Clip on type
3. Mounting : On DIN rail with end stoppers
Cable Gland
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
93 | P a g e 1 8 7
1. No of cable entry : One per Junction Box
2. Cable gland : SS Single compression type
3. PVC hood for cable gland : Each cable gland to be supplied with
suitable size PVC hood
4. Cable entry : Multipair cable entry at bottom of JB
General
1. Pneumatic connection : Suitable for fixing bulk head union for 8
mm OD SS tubes. The vendor has to
supply this bulk head union for all
cubicles. This excludes the supply
mentioned in S.No:10 Compression
fittings. Inspection and clearance
procedure shall follow same procedure for
compression fittings.
2. Interconnection : SOV cubicle and JB to be interconnected by
sealed nipple
3. Tag Plate : Aluminium anodized nameplate indicating
the equipment to be controlled shall be
provided on each local SOV cubicle. The
particulars of the plate will be supplied to
the vendor. Nameplate shall be fixed by
screws and not pasted. Tag plate shall be
fixed firmly on the front face of the cubicle
and JB cover
10. JUNCTION BOX
1. Enclosure
All Junction Box shall be explosion proof.
The degree of ingress protection shall be IP66.
The equipment shall be suitable for operating in humid & corrosive
atmosphere
Junction box shall have housing of cast aluminum LM6 alloy
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
94 | P a g e 1 8 7
All Junction Box shall be provided with neoprene gaskets.
All accessories like nut, bolts, washers etc shall be made of stainless
steel SS- 304.
Conduit and cable entry- Side & Bottom Entry
Door of JB- Hinged with proper locking arrangement to avoid entry
of dust and moisture
Ambient temperature-50 deg C
Ambient humidity-0-100 % RH
Earthing : Two numbers of Earthing bolts for JB Earthing.
Junction box size shall be as per the following dimensions:
600 x 400 x 225 mm
300 x 300 x 165mm
2. Terminal blocks
Terminals shall be shrouded and shall be numbered as per the
wiring diagram. Minimum rating of the terminal block shall be 5
Amps.
For Individual shielded multipair cables a separate terminal shall
be provided for each shield drain wire.
Terminal Strip- screw-less cage clamp type capable of terminating 1
sq.mm and 1.5 sq mm cables
3. Name plate
Aluminium anodized nameplate indicating the equipment to be
controlled shall be provided on each local Junction Box. The
particulars of the plate will be supplied to the vendor. Nameplate
shall be fixed by screws and not pasted.
The letter shall be engraved in black on white background.
Certificate numbering date and gas group classification must be
indicated on the manufacturer’s nameplate on each junction box.
4. Mounting
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
95 | P a g e 1 8 7
Junction Box shall have 4 lugs for fixing on wall or fabricated steel
support. The lugs shall be offset so that the rear of the unit stays away
from the surface by at least 5mm. Two of the holes shall be round
and the other two oblong to facilitate correct positioning. All screws,
nuts and studs etc. shall be of electro galvanized or zinc passivated
type.
5. Painting
The enclosure shall be treated & prepared for painting with two coats
of Dark admiralty grey shade 632 of IS-5 epoxy paint (Both inside
and outside)
The party shall provide the following along with the quote
Catalogue, Drawing & Specifications:
The party shall provide detailed catalogue & dimensional drawing of
quoted junction box and SOV cubicle.
Dimensional drawing shall indicate pneumatic tubing entry, inside
header and cable entry provisions
During Detailed engineering, the exact number of cable entries shall be
decided and the final drawing shall be approved by Department
before fabrication.
11. SS TUBES & COMPRESSION FERRULE FITTINGS
SS Tube:
1. Type : Seamless SS tubes
2. Outside Diameter : As given in Table 3
3. Wall Thickness : As given in Table 3
4. Material grade : As Given in Table3
5. Ends : Both the ends shall be plain with square cuts. All the burrs at the ends of tubes shall be
removed.
6. The tubes shall be supplied in lengths of 6 meters.
7. Test and Inspection : The tubes shall be tested and inspected as per the quality assurance plan given in Table 4
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
96 | P a g e 1 8 7
8. Cleanliness : All the tubes shall be suitably cleaned/ pickled
and dried.
9. Documentation : Along with dispatch documents, the
certificates of test specified in the QAP (Table
4), Pre-delivery Inspection certificate by the supplier’s quality control (QC) inspector and
guarantee certificate shall be provided.
10. Marking and packing : The tubes shall be marked, packed and loaded for transportation as per ASTM A 700.
Identification marks such as specification, material grade, heat and batch number, size,
wall thickness and year of manufacturing shall be stenciled on each tube.
11. Quantity variation : The variation in the quantity of tubes supplied
shall be permissible to the extent of 10 % of the quantity ordered.
Table 3:
Sl. No Outside Diameter Wall Thickness Material Grade
1. ½” 2.2 mm ASTM A 269 TP 316 L
2. ½”
To be sized to
withstand 650bar
pressure
ASTM A 269 TP 316 L
3. 8.0 mm 1.0 mm ASTM A 269 TP 316 L
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
97 | P a g e 1 8 7
Table 4: QUALITY PLAN
Sl
.
N
o
Test
Compon
ent
tested
Characteristics
sought for
Extend
of test
Test
Procedure
Acceptance
criterion
Form
of
record
Pre Delivery inspection
Test
Performed
by
Test
witnessed
by
Records
reviewed
by
1 Visual
Inspection
All tubes Surface Finish 100% Visual
Examinati
on
Workmen
like finish
Inspect
ion
Certific
ate
Supplier’s
quality
control
Inspector
- Purchaser
2 Chemical
Analysis
Specimen
from
tubes
Chemical
Composition
1 per
heat
ASTM
A751
ASTM A269 Materi
al Test
Certific
ate
Supplier’s
or Govt
approved
Laboratory
- Supplier’s
QC
Inspector
&
Purchaser
3 Mechanical
test
(Tensile &
hardness
Test)
Specimen
from
Tubes
Mechanical
Properties
1 per
lot
ASTM
A370
ASTM A269 Materi
al Test
Certific
ate
Supplier’s
or Govt
approved
Laboratory
- Supplier’s
QC
Inspector
&
Purchaser
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
98 | P a g e 1 8 7
Sl
.
N
o
Test
Compon
ent
tested
Characteristics
sought for
Extend
of test
Test
Procedure
Acceptance
criterion
Form
of
record
Pre Delivery inspection
Test
Performed
by
Test
witnessed
by
Records
reviewed
by
4 Hydro-
static
Pressure
test
Tubes Structural
Integrity under
pressure
100% ASTM
A530
ASTM A530 Test
certific
ate
Supplier Supplier’s
QC
Inspector
Purchaser
5 Flattening Specimen
of 65mm
length
cut from
the ends
of the
tubes
Ductility and
soundness
5% ASTM
A530
ASTM A530 Test
certific
ate
Supplier Supplier’s
QC
Inspector
Purchaser
6 Inter
granular
corrosion
(IGC) test
Specimen
From
tubes
Grain Structure 1 per
lot
ASTM
A262
practice
A/E
ASTM A262
practice A/E
Test
certific
ate
Supplier Supplier’s
QC
Inspector
Purchaser
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
99 | P a g e 1 8 7
Sl
.
N
o
Test
Compon
ent
tested
Characteristics
sought for
Extend
of test
Test
Procedure
Acceptance
criterion
Form
of
record
Pre Delivery inspection
Test
Performed
by
Test
witnessed
by
Records
reviewed
by
7 Eddy
current
Test
Tubes Internal Flaw
Detection
100% ASTM
E426
ASTM E426 Test
certific
ate
Supplier Supplier’s
QC
Inspector
Purchaser
8 Cleaning Cleaning 100% CGAG-4.1
(or) ASTM
G-93
CGAG-4.1
(or) ASTM
G-93
certific
ate
Supplier Supplier’s
QC
Inspector
Purchaser
9 Dimension
checking
All tubes 100% Metrology Manufacture
drawing
Report Supplier Supplier’s
QC
Inspector
Purchaser
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
100 | P a g e 1 8 7
SPECIFICATIONS OF SS TUBE FITTINGS
1. Description of the item : SS Double compression Ferrule Fittings
2. Applicable standard : ASTM F 1387-99
3. Outer diameter of the
tube
: As per Table 3
4. Type of fittings : Double compression Ferrule with Nut and
body
(Type : IV as per ASTM F 1387)
5. Material of the fittings : Grade B, SS 304 L/SS 316L
6. Operating pressure : 400 bar/650 bar
7. Shape of the Fitting : As per Table 5
8. Tests & Inspection :
Certification of Testing: The vendor shall provide a certificate that samples
of fittings of the same design, material and manufacturing process as that
of the fitting supplied have been subject to standard performance tests
(such as examination of specimen, pneumatic proof test, hydrostatic proof
test, impulse test, flexure fatigue test, tensile test, burst test, repeat-
assembly test and rotary flexure test) as per Table 3 of ASTM F 1387.
Certification of raw material: The vendor shall provide a certificate of
compliance stating that all applicable requirements of raw material are
met. Besides, copies of the MIL certificates for the physical and chemical
properties of the raw materials shall be supplied.
Leakage test: One sample from each type of fitting shall be subjected to
leakage test with Helium Mass Spectrometer Leak Detector (MSLD) by
tracer probe technique. The acceptance criterion shall have leakage finer
than 1 x 10-6 Std.cm3/sec.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
101 | P a g e 1 8 7
9. Marking : All fittings must be marked with following
details
a) Pressure rating
b) Raw Material and
c) Size of the end connection
Conditions:
All the fittings shall be neatly packed before delivery.
The test and inspection certificates as mentioned in Para (9) shall be supplied
before delivery of the items to the Department. After approval of the
certificates by Department, the party has to dispatch the items.
Table 5
Type Operating
Pressure
(bar)
Qty Unit
1/2" NPT Male to 12.7mm SS tube 400 150 Nos
1/2" NPT Female to 12.7mm SS tube 400 100 Nos
12.7mm SS tube union 400 120 Nos
12.7mm SS tube Tee 400 60 Nos
1/2" NPT Male to 12.7mm SS tube 650 50 Nos
1/2" NPT Female to 12.7mm SS tube 650 50 Nos
12.7mm SS tube union 650 15 Nos
12.7mm SS tube Tee 650 10 Nos
1/4" NPT Male to 8mm SS tube 400 150 Nos
1/4" NPT Female to 8mm SS tube 400 150 Nos
8mm SS tube union 400 125 Nos
8mm SS tube Tee 400 75 Nos
Bulk head union for 8mm tube 400 25 Nos
½” NPT SS Plug 400 100 Nos
¼” NPT SS Plug 400 100 Nos
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
102 | P a g e 1 8 7
12. PVC CABLE
CONSTRUCTION:
96 Core (48x2 core) PVC Data Cable (Un-Armoured)- FRLS Type
20AWG (7/0.31) Annealed tinned high conductivity copper conductor,
insulated with polyethylene, 2 cores of Red and Black twisted to form a pair
melinex taped, aluminum mylar tape shielded with 7/0.31mm Annealed
tinned copper drain wire run continuously in contact with aluminum side of
the tape, melinex tapped, PVC sheathed, such 48 such groups laid up,
melinex tapped, overall sheathed with FRLS PVC and Blue in color.
96 Core (48x2 core) PVC Data Cable (Un-Armoured)- FRLS Type
18AWG (19/0.25mm) Annealed tinned high conductivity copper
conductor, insulated with polyethylene, 2 cores of Red and Black twisted to
form a pair melinex taped, aluminum mylar tape shielded with 7/0.31mm
Annealed tinned copper drain wire run continuously in contact with
aluminum side of the tape, melinex tapped, PVC sheathed, such 48 such
groups laid up, melinex tapped, overall sheathed with FRLS PVC and Blue in
color.
64 Core (16x 4 core) PVC Data Cable (Un-Armoured)- FRLS Type
Two pairs of 7/0.31mm (20AWG) Annealed tinned copper conductor,
insulated with polyethylene, first pair coloured brown and grey, second pair
coloured yellow and violet, the two pairs laid up to form a group, melinex
taped, mylar backed aluminum taped with a drain wire of size 7/0.31mm
Annealed tinned copper, melinex tapped, PVC sheathed, such 16 groups laid
up, melinex tapped, overall sheathed with FRLS PVC and Blue in color.
10 Core PVC Cable (Armoured)
5 pairs of 19/0.25mm (18 AWG) annealed tinned copper conductor,
polyethylene insulated, cores colour coded, all the 5 pairs laid up to form a
group, melinex taped, mylar backed aluminum taped with a drain wire of
size 7/0.31mm Annealed tinned copper, melinex tapped PVC sheathed, steel
round GI wire armoured and overall sheathed with FRLS PVC and Blue in
color.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
103 | P a g e 1 8 7
4 Core PVC Cable (Armoured) – FRLS Type
2 pairs of 7/0.31mm (20 AWG) annealed tinned copper conductor,
polyethylene insulated, cores colour coded, both pairs laid up to form a
group, melinex taped, mylar backed aluminum taped with a drain of size
7/0.31mm Annealed tinned copper, melinex tapped, PVC sheathed, steel
round GI wire armoured and overall sheathed with FRLS PVC and Blue in
color.
2 Core PVC Cable (Armoured) – FRLS Type
One pair of 7/0.31mm (20 AWG) annealed tinned copper conductor,
polyethylene insulated, cores colour coded, melinex taped, mylar backed
aluminum taped with a drain of size 7/0.31mm Annealed tinned copper,
melinex tapped, PVC sheathed steel round GI wire armoured and overall
sheathed with FRLS PVC and Blue in color.
DETAILED SPECIFICATIONS:
1. Voltage grade : 300 V
2. Operating temperature : 0 Deg.C to 60 Deg.C
3. Conductor :
a) Material : Annealed Tinned copper as per IS:8130
b) Size of the conductor : 20AWG (7/0.31mm)
18AWG (19/0.25mm)
4. Insulation :
a) Material : solid polyethylene type-03of BS6234
b) Thickness (Nom.) : 0.40 mm
c) Pair colors : 96 Core (48x2 core):
Pair : Red and black (Twisted)
64 Core (16x4 core):
First pair : Brown and Grey (Twisted)
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
104 | P a g e 1 8 7
Second pair : Yellow and Violet (Twisted)
10 Core:
1-st pair : White and Blue (Twisted)
2-nd pair : White and Orange (Twisted)
3-rd pair : White and Green (Twisted)
4-th pair : White and Brown (Twisted)
5-th pair : White and Grey (Twisted)
4 Core
First pair : Brown and Grey (Twisted)
Second pair : Yellow and Violet (Twisted)
2 Core
Red and Black (Twisted)
d) No. of twists/mtr : 30 (Min)
e) Dia. over insulation (Nom.) : 1.75 mm
5. Screening over group :
a) Tapping before and after : Thickness of melinex tape to be 0.025mm
(100% screening Coverage, min-20%
overlap)
b) Screening :
i) Material : Aluminum mylar tape
ii) Thickness : 0.044mm
iii) Coverage and overlap : 100% Coverage and 35% overlap
iv) Drain wire : 7/0.31mm Annealed tinned copper
6. Inner sheath :
a) Material : PVC type ST2 of IS:5831with FRLS
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
105 | P a g e 1 8 7
properties
b) Thickness (Nom.) : 0.65 mm
c) Color : Black
7. Outer sheath :
a) Material : PVC type ST2 of IS:5831with FRLS
properties
b) Thickness (Nom.) : 2.2 mm (96 & 64 Core)
2.0 mm (10,4 & 2 Core)
c) Color : Blue
8. a) Insulation elongation : 300%
b) Sheath elongation : 150%
c) Insulation T.S : 100 Kg/cm2
d) Sheath T.S : 125 Kg/cm2
9. a) Approx. overall diameter : 96 Core : 46.0 mm
64 Core : 46.0 mm
10 Core : 19.0 mm
4 Core : 16.0 mm
2 Core : 10.0 mm
b) Tolerance : ± 2mm
10. Electrical parameters :
a) Conductor resistance at 20
deg.C
: 20 AWG: 40.0 Ohms/Km
18 AWG: ≤ 21.5 ohm/Km
b) Min. Insulation resistance of
finished cable at Room
Temperature
: 5000 Mohms-Km
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
106 | P a g e 1 8 7
c) Max. Mutual capacitance : 75.00 pF/m at 0.8/1.0KHz
d) Max. capacitance core to
screen at 0.8/1.0KHz
: 400 pF/m
e) Max. drain wire resistance
(with screen contact)
: 37 ohms/Km
f) Inductance : < 650 H/Km
g) L/R Ratio : 20 AWG: < 25 H/ohm
18 AWG: < 40 H/ohm
h) Static noise : better than 60dB
i) Characteristic impedance
(typical)
: 20 AWG: 450 ohm ± 15%
18 AWG: 350 ohms ± 15%
HV test :
i) Conductor to conductor : 1 KV for 1 minute
ii) Conductor to screen :
11. FRLS Tests :
1. Min Oxygen Index
when tested as per
ASTM D2863
: 29%
2. Min Temperature Index
when tested as per
ASTM D2863
: 250 Deg. C
3. Max Smoke Density
rating when tested as
per ASTM D2843
: 60%
4. Max Acid gas
generation when tested
as per IEC 754 (I)
: 20%
5. Flammability test as per
IEEE 383,IEC 332-III
: Shall meet the requirement
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
107 | P a g e 1 8 7
category-C and SS424
1475 CLF3
12. General : Cable should be Anti-Rodent and Anti-
termite type
13. Cable mark : a. The cable group number (1-16) shall be
printed on the cable at 0.5m interval.
b. The cable type shall be embossed /
printed on the outer sheath at 1.0m
interval.
14. Length marking : At every meter on outer sheath.
15. Drum lengths :
i) Standard Continuous length : 96 & 64 Core: 500 meters
10,4 & 2 Core: 1000 meters
ii) Tolerance : ±5%
Applicable only for Armoured Cables
16. Armouring
a) Material : Galvanized Steel round wire
b) Size : 1.4 mm dia
General Specifications:
1. Wherever PVC is specified virgin PVC should be used.
2. All cables should have ‘anti-rodant’ type outer sheath and
should be immune to termite attack. It is required to have these
protections by addition of chemicals to outer sheath.
3. Cable testing as stipulated in section 1 shall be conducted and
necessary conformity certificate should be supplied by the
manufacturer.
4. Thermal aging test certificate to be provided by manufacturer
for each type of cable.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
108 | P a g e 1 8 7
5. Cable should be manufactured relevant to the following
standards.
a. Copper conductor : IS 8130 – 1984
b. Poly Ethylene (PE) insulation : BS 6234
c. PVC insulation : IS 5831.
d. FRLS properties : ASTM D2863, IEC
754(I), IEC 332-III category-C and SS424 1475 CLF3
6. Proper packing material to be used during laying
(manufacturing) in order that the finished sheathed cable cross
section is circular with a tolerance of ±5% of dia.
7. Cable should have proper laying to maintain circularity and
tight packing with outer sheath shall be ensured.
8. Cable drum should withstand transportation and handling.
9. The drums shall be proofed against attack by white ant or
termite, conforming to IS:10418:1982
Cable Testing
The following tests as per applicable IS/BS standard shall be
conducted in the presence of Department engineer and test certificate to be
provided.
a) Conductor resistance test
b) Cold bend test
c) Insulation resistance test
d) High voltage test
e) Mutual capacitance test
f) FRLS tests:
i. Min Oxygen Index test as per ASTM D2863
ii. Min Temperature Index test as per ASTM D2863
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
109 | P a g e 1 8 7
iii. Max Smoke Density rating test as per ASTM D2843
iv. Max Acid gas generation test as per IEC 754 (I)
v. Flammability test as per IEEE 383,IEC 332-III and SS424
1475 CLF3
Note:
The vendor shall provide detailed catalogue along with offer
The vendor shall provide sample piece during detailed engineering from the
manufacturer.
The tests shall be carried out in the presence of Department Engineer.
The vendor shall provide test certificate before dispatch of items. The vendor
shall dispatch the item only after clearance of test certificates by Department.
13. CABLE TRAYS
Perforated Cable Tray:
Type : Perforated type cable tray
Material : Mild Steel As per IS: 2062 / 1079
Finish : Hot dip galvanized, Self-color.
Galvanizing : As per IS: 2629 / 4759
Length : Standard length of tray is 2500 / 3000mm
Loading : As per NEMA standard
Size : As per table 6
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
110 | P a g e 1 8 7
Table 6
WIDTH (mm) HEIGHT (mm) THICK (mm)
50 25 1.6
100 25 2.0
150 50 2.0
300 50 2.0
Note: Accessories like cross, Vertical bend, Reducer, Horizontal Tee, Coupler plates, necessary Bolts & Nuts to be quoted as 1 lot.
Ladder type Cable Tray:
Type : Ladder
Material : Mild Steel As per IS: 2062 / 1079
Finish : Hot dip galvanized, Self-color.
Galvanizing : As per IS: 2629 / 4759
Length : Standard length of tray is 2500 / 3000mm
Rung Spacing : 250 mm
Loading : As per NEMA standard
WIDTH (mm) HEIGHT (mm) THICK (mm)
300 100 2.5
Operating temperature : 60 °C maximum
Humidity : Up to 95% RH
Note:
The Accessories like cross, Vertical bend, Reducer, Horizontal Tee,
Coupler plates, necessary Bolts & Nuts shall be quoted.
The vendor shall provide detailed catalogue along with offer
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
111 | P a g e 1 8 7
14. STRUCTURAL STEEL MATERIALS
1. Material : Structural steel includes steel sections, L
angles, Plates, steel pipes chequered &
Plain plates
2. Material Governing
standard
: IS 2062 (GRADE-A)
3. Dimensions governing
standard
: IS 808 & IS 1161
4. Certificates : Test certificates showing heat number,
physical and chemical properties of the
items in conformance to relevant
standard shall be sent along with
dispatch documents.
15. CANOPY
1. Material : CRCA steel with RAL7035 light gey
colour powder coating
2. Thickness : 2mm
16. INSTRUMENTATION RACK
1. Size : Height - 42U
Width - 600 mm
Depth - 800 mm
Standard : Conforms to DIN 41494 & EIA 310
2. Frame : Steel profiles
Vertical : 4 Nos -45 W x 70 D x 2000 H (mm)
Horizontal : Top 4 Nos & Bottom 4 Nos.
Front & Rear : 510W x 45H x 25D (mm)
Side : 25 W x 45H x 660 D (mm)
conforms to the specification of 7604 & 7588 IS -1285-1975
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
112 | P a g e 1 8 7
3. Steel frame along with side, top and bottom panels in steel.
4. Lockable front door made of toughened tinted glass of 5 mm Thick.
Steel frame of 18 Gauge CRCA sheet.
5. Rear steel door to be provided with a lock facility made of 18 Gauge
CRCA sheet and to comply the specifications of IS-513-CRCA.
6. Side panels with slam latches vented top cover made of 18 Gauge
CRCA sheet.
7. Cross support to be made up of 14 Gauge CRCA sheet comply the
specifications in IS-513- CRCA.
8. 100 mm Height Base Frame 600*800 mm for additional clearance for
cable entry.
9. Base frame to be made up of 13 Gauge CRCA sheet and to comply the
specifications in IS-513-CRCA.
10. 19” Mount for equipment mounting channels made of 14 Gauge
CRCA sheet and to comply the specifications in IS 513 – CRCA.
11. Equipment support angles to be made of 14 Gauge CRCA sheet as
specified in IS-513-CRCA.
12. Bottom panel with cable gland plate for cable entry.
13. Maximum Load rating of 500 kg.
14. Cross ventilation to be done with 4 fan tray made of 14 Gauge CRCA
sheet at bottom with 10 micron filters.
15. Two sets of fan trays (in a group of 4 fans per set) to be provided for
each rack.
16. Cooling fans to be provided at rear door top with ventilation holes.
17. Earthing continuity kit to be provided.
18. One No of AC mains distribution board with 5 Nos of 5A socket
(Horizontal mounting to be provided). One No per Rack to be
provided.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
113 | P a g e 1 8 7
19. Front and rear holed profiles (inter hole distance of 1U) for mounting
equipment supports to be provided. 2 Nos on the front side and 2Nos
on the rear side.
20. Vertical cable tray to be made up of polymide with black colour cover
to be provided.
21. Internal lighting to be provided with On/Off switch.
22. Rollers to be provided at the bottom for moving the racks. The rollers
should be lockable type for positioning the racks.
23. Side panels, Top & Bottom panels and doors to be powder coated
with Light grey EPOXY/Anti flame property specified in RAL 7035.
24. Frame to be made of Aluminium extrusions powder coated specified
in RAL 7037 Dark Grey.
2. Accessories
1. Powder coated Support angles (14 Gauge CRCA sheet)
125
2. Powder coated filler plates
3. - 1U 50
4. - 2U 50
5. - 3U 50
6. - 4U 50
7. - 5U 50
8. - 6U 50
9. Keyboard tray 5
10. 19” rack mountable polyamide cable manager
with cover(black color)
50
11. Fasteners (Captive mounting hardware) 1500 (As 100No per pack/rack)
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
114 | P a g e 1 8 7
Tests to be done
Powder coating As per Standard OS -02
Phosphate conversion coating As per IS 3618
Chromate conversion coating As per IS 11232
Salt spray test ASTM B 117 creepage should be less
than 1/16th after 100 hrs.
For corrosion protection Electroplating of zinc over steel plates to
be done as per IS 1573-1970
Corrosion Resistant Humidity test as per IS 101 R/T of 100%
and temperature cycle of 42-48 °C.
Non-yellowing properties No yellowing to occur after 200 hrs of
exposure to ammonium carbonate
Adhesion As per ASTM D3359
No blistering after 1. 2% H2 SO4 for 8 hrs.
2. 2% NaOH for 8 hrs. 3. 5% detergent solutions for 8 hrs.
4. In boiling water for 24 hrs.
Scratch test on rack To be done
Note:
The cost of accessories as mentioned in the table shall be included in
the quoted cost.
The vendor shall provide detailed catalogue and dimensional drawing
along with offer
17. SPECIFICATION OF CONSOLES & CONTROL ROOM
TABLES SPECIFICATION OF CONSOLES
There are 2 sets of consoles which includes
Set1: 8 segment consoles (as 4+4 segments)
Set2: 2segment console.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
115 | P a g e 1 8 7
The console shall have work surface with a closed equipment cabinet
below to accommodate equipments like CPU, Intercom Unit, power supply and surface to accommodate other equipments of similar size.
The consoles shall be provided with aesthetically pleasing curved end panels.
The layout of console shall have curved design. Console should be designed in accordance with the ergonomics
standards and accepted human factors guidelines of ISO 11064. Console shall be BIFMA X5.5 Compliant.
Work surface: The work surface includes a flat work area, PC mounting provision, a slanting surface for mounting switches and communication equipments on a removable panel.
The work surface shall be premium acrylic solid surface material with glossy finish (re-polishable) and should seamlessly
integrate with the slanting portion housing the panel for switches.
Both ends shall be thermoformed and create continuous water fall edge to increase the aesthetics of console.
The thickness of acrylic solid surface shall be of 12mm min. This surface shall be mounted on Medium Density Fibre (MDF)
board of minimum 25mm thick.
Surface to floor height shall be of 750 mm with 50mm height adjustable floor leveling bolts.
Work surface depth shall be of 400mm. The width of each console segment shall be of 800mm.
The work surface shall be a single unit, seamlessly integrated over the whole cluster of segments. Work surface shall be
continuous at joints of segments. The acrylic work surface shall have Aluminum frame
underneath for support and must be rigidly fixed to the cabinet structure to form an integral unit.
Work surface front edge shall be inbuilt ergonomic sloped with
bull nose front edge. T-mould, PVC edge or vinyl edge trims are not acceptable.
The bearable static load shall be of 50kg. Sliding keyboard tray under the work surface shall be with ball
bearing operation. Friction or roller type slides are not acceptable.
The work surface of console shall support articulated arms for mounting the TFT/LCD flat monitors (diagonal size: 24 inches)
with PAN (180°) & TILT (± 20°) adjustment mechanism.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
116 | P a g e 1 8 7
Slanting surface shall be provided with a removable panel for
mounting illumination switches and Authorization keys. Slanting surface angle shall be of 60 degrees. The depth of this
slanting surface shall be of approximately 150mm. The edges of the back removable panel shall be of good finishing
so that it looks continuous. Easy human access to remove and re-fix the removable panel
shall be possible. Also holed profiles suitable for mounting 19” width 1U height and 225mm depth intercommunication
equipment shall be provided where necessary. The rear view of the console shall be aesthetically pleasing and
shall be provided with slat wall. Cabinet:
The console shall be provided with a rigid structured cabinet
below the work surface, heavy-duty pullout tray arrangement to
accommodate tower/desktop CPU configuration of computer workstations, VGA Distributors, power supply units and other
necessary equipments. Complete frame structure shall be of made of heavy duty
Extruded Vertical and Horizontal Aluminum profiles of 6036T6 grade. The Extrusions shall be duly powder coated with min 40
micron over all surfaces. Except frame structure, rest of cabinet shall be made from Cold
Rolled Steel (CRS) Metal (14 Gauge) with powder coated finish. The structure shall comply to BIFMA X5.5. The structure shall
allow easy assembly of Gland Plate, Monitor arms etc in extremely rigid manner.
The front side of cabinet shall be fully closed. The accessibility
shall be provided from rear side alone. It shall be possible to pull out the tray from rear side of the
console. Pull out shall be possible to a maximum of 150mm from the face of the console cabinet.
Rear access doors shall provide accessibility for easy installation, operation& servicing of the equipments inside the console.
Pull out tray shall have load bearing capacity of approximately 35 kg.
The console shall be designed to have adequate space for accommodating the CPUs & accessories
The Console shall have earthing provision in structure. The cabinet shall be provided with holed profiles for mounting
19” width equipments where ever required.
Console cabinet shall be provided with fan for Cooling.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
117 | P a g e 1 8 7
The console shall be provisioned with concealed electrical
outlets, information outlets (LAN) and RJ-11 Telephone jacks. The provision for mounting of electrical outlets and telephone
jacks shall be designed for flexible placement of monitors, telephones, intercommunication units and laptops on the
console with zero cable clutter on the work surface. Industrial grade metal powder coated finish Universal socket
type Power Distribution unit (5A, 5Nos and a master MCB) must be provided for power supply.
Cable entry holes shall be provided in Support legs of the cabinet for data and power cables entry in console cabinets.
PVC cable ducts with covers shall be provided for concealed and
neat cable routing. Grommets/Gasket shall be provided for cable entry holes to
avoid damage of cables. Sharp edges at the consoles base shall be avoided.
End Panels:
The end panels shall be premium acrylic solid surface material with glossy finish (re-polishable) and should seamlessly
integrate with the structure. The leg cover element shall cover the structure and should
increase the aesthetic look of the console. The end panels at the extreme end of consoles shall matching
curved shapes designs. SPECIFICATIONS OF CONTROL ROOM TABLES
There are totally 6 nos of data processing tables.
The data processing tables shall have work surface with a cabinet below to accommodate CPU and a closed filing cabinet underneath the
work surface. The work surface includes a flat work area with 24” LED monitor
mounting provision.
The work surface shall be premium acrylic solid surface material with glossy finish (re-polishable).
Both ends shall be thermoformed and create continuous water fall edge to increase the aesthetics of table.
The thickness of acrylic solid surface shall be of 12mm min. This surface shall be mounted on Medium Density Fibre (MDF) board of
minimum 25mm thick. Surface to floor height shall be of 750 mm with 50mm height adjustable
floor leveling bolts. Work surface depth shall be of 600mm. The length of table shall be of
1000mm.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
118 | P a g e 1 8 7
The acrylic work surface shall have Aluminum frame underneath for
support and must be rigidly fixed to the cabinet structure to form an integral unit.
The bearable static load shall be of 50kg. Sliding keyboard tray under the work surface shall be with ball
bearing operation. Friction or roller type slides are not acceptable. The work surface of table shall support articulated arms for mounting
the TFT/LCD flat monitors (diagonal size: 24 inches) with PAN (180°) & TILT (± 20°) adjustment mechanism.
The rear view of the table shall be aesthetically pleasing and shall be provided with slat wall.
The table shall be provided with a rigid structured cabinet below the
work surface to accommodate tower/desktop CPU configuration of computer workstations.
A closed filing cabinet shall be provided underneath work surface. The table shall aesthetically good looking.
The table shall be provided with cable managers for routing cables. The cable management shall be neat and provide zero cable clutter.
One no of power distribution board with 5Nos of 5A socket and a master MCB shall be conveniently located to power up the
equipments.
The designs/layouts attached with the specifications are only indicative and are provided to clarify the requirements. Vendor shall
provide aesthetic designs meeting all the operational/functional criteria for the control room.
The vendor shall provide the following documents along with offer
(for both consoles & Data Processing tables]
2D view of consoles & data processing tables indicating the
dimensions Cabinet interior layouts
3D equipment layout view of control rooms [Room-1 & Room-2] with consoles & data processing tables in position.
The catalogue and specifications of light fittings, lamps and materials.
Photographs of similar installations made
The above drawings shall be color printout by considering site
measurements, architectural, mechanical and electrical elements
for each console type.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
119 | P a g e 1 8 7
Detailed Engineering phase
The party shall submit samples of solid acrylic material and
different variants of colors available.
Vendor/Manufacturer shall ensure that the design is ergonomically sound and has excellent aesthetics.
Based on the designs and samples submitted by the supplier, the department will evaluate and decide the color and dimensions.
During this evaluation, Department may suggest minor modifications and the vendor shall be willing to accommodate
such modifications. After the finalization of design, the party shall submit
fabrication drawings. Pre-fabrication review to include submission of drawings and
complete components listing of selected finish materials. Fabrication & Sample Inspection at factory site
After the approval of the fabrication drawings by the Department, the party shall fabricate one sample console
segment and one data processing table. After the inspection of sample by Department, final fabrication
shall be carried out.
The offered product shall be manufactured using high quality components and shall processes to ensure consoles of high
quality, good surface finish, durability and reliability. The party shall provide with test certificates for powder coating.
Same tests as mentioned for instrumentation racks shall be carried out.
Final Acceptance & Commissioning at site
Photographs of assembled consoles and data processing table
shall be furnished prior to dispatch and proper international standard air worthy packing to be used to ensure undamaged
and complete arrival at the destination. Vendor shall take installation and commissioning of the console
at Department site. The vendor/manufacturer shall be a fully responsible for the
commissioning of product including all design services, metal work, woodwork and millwork to ensure product consistency
and lead-time.
Fully detailed assembly instructions in the English language shall be supplied with both written and pictorial description s for
each item/model numbered component with dimensions.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
120 | P a g e 1 8 7
18. SPECIFICATIONS OF TRANSFORMER ISOLATED BARRIERS
TIB FOR PRESSURE AND TEMPERATURE MEASUREMENTS
Type: Transformer Isolated Barrier (Dual output)
HART communication interface possible through both 4-20 mA outputs. 1. Input (Intrinsically Safe)
Input signal : 4 mA - 20 mA Voltage at 20 mA : 16V min
2. Outputs (Not Intrinsically Safe) Output voltage : 2-10V
Number of outputs : 2
Output resistance : 500
Ripple : 25mV 3. Power Supply: Supply voltage : 20V- 35V DC
Power consumption : < 2.5 W
Connection type : Power rail and terminal 4. Details of certificate of conformity Group, Category, ignition protection Method:
: ATEX II 2 G EEx ia IIC T6 Voltage (Uo) : 25.4 VDC
Current (Io) : 86.8 mA 5. Transfer Characteristics
Transfer error :10mV including calibration, linearity
hysteresis, supply and load variations
Temperature drift : 20 ppm/K
Frequency range (-3dB) :0Hz-7.5 KHz 6. Galvanic Isolation Between
: Input & Output.
: Input & Power supply : Output & Power supply.
7. General Operating temperature : 15°C to 60°C
Power supply feed provision : Through power rails/Back plane Mounting :DIN rail (35 mm) II. TIB FOR CONTROL VALVE
1. Input (not intrinsically safe) Connection type : Terminals
Current range : 4 - 20 mA
Max. Current input : 40 mA 2. Output (intrinsically safe) Connection type : Terminals
Current output : 4…20 mA
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
121 | P a g e 1 8 7
Output load : 850 ohm 3. Power supply
Connection type : Power rail and terminal Rated operational voltage : 20…35 VDC
4. Details of certificate of conformity Group, Category, ignition protection
Method : ATEX II 2 G EEx ia IIC T6
Voltage (Uo) : 25.2 VDC Current (Io) : 93 mA
5. Transfer characteristics
Error : 0.1 % incl. non-linearity and
hysteresis
Temperature : 0.01%/K
Rise time : < 10second 6. Galvanic Isolation Between
: Input & Output. : Input & Power supply
: Output & Power supply. 7. General
Operating temperature : 15°C to 60°C Power supply feed provision : Through power rails/Back plane
Mounting : DIN rail (35mm) III. TIB FOR E/P VALVE STATUS
1. Input
Type : Proximity/Relay. No. of channel : 2
Reverse mode : To be provided LED indication : Relay output & power supply
Connections Type : Terminals
Lead monitoring input current : 0.1 mA 2. Output (not intrinsically safe) Connection type : Terminals
Output I & II : signal; relay Minimum switching current : 2 mA/24V DC
Energized/De-energized delay : approx. 20 ms / approx. 20 ms
Mechanical Life : 10^7 switching cycles 3. Power supply
Connection type : Power rail and terminals Rated operational voltage : 20…30 VDC
4. Details of certificate of conformity Group, Category, ignition protection Method
: ATEX II 2 G EEx ia IIC T6 Voltage (Uo) : 10.5 V
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
122 | P a g e 1 8 7
Current (Io) : 13 mA
5. Transfer characteristics
Switching frequency : ≥10 Hz 6. Galvanic Isolation Between
: Input & Output.
: Input & Power supply : Output & Power supply.
7. General
Operating temperature : 15°C to 60°C Power supply feed provision : Through power rails/Back plane
Mounting : DIN rail (35mm)
ACCESSORIES The party shall quote for all required accessories such as power rails, power
feed modules, Din rail, mounting kit, Backplane etc.
Note: The party shall provide detailed catalogue along with offer. Along with the
supply of items, the party shall provide test certificates. The TIBs shall
undergo functional test, linearity check etc at Department site after supply.
After passing the test as per specification only, the TIBs shall be accepted by
Department.
19. SPECIFICATION FOR ELECTROMECHANICAL RELAY
Technical data:
Coil side:
Nominal i/p voltage : 24 VDC
Nominal i/p current : 18 mA
Typical response time : 8 ms
Typical release time : 10 ms
Protective circuit : Reverse polarity diode and
freewheeling diode provision.
Contact side:
Contact type : 2-PDT
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
123 | P a g e 1 8 7
Contact material : AgNi
Maximum switching voltage : 250VAC/DC
Minimum switching voltage : 5VAC/DC (at 10 mA)
Minimum switching current :10 mA
Limiting continuous current : 6 A
Interrupting rating max : 140 W (at 24 VDC)
General data:
Test voltage relay winding/relay contact : 4 KVAC (50 Hz, 1min)
Test voltage PDT/PDT : 2.5 KVAC (50 Hz, 1min)
Operating temperature : -40º C to 60 º C
Mechanical life service : 3*107 cycles
Standards/Regulations : IEC 60664, EN 50178, IEC 62103
Connection data:
Connection method : Screw connection
Conductor cross section solid max : 2.5 mm2
Part No: PLC-RSC- 24 VDC/ 21-21-2967060
Note: The party shall provide detailed catalogue along with offer.
Along with the supply of items, the party shall provide test certificates. The
relays shall undergo functional test at Department site after supply. After
passing the test as per specification only, the relays shall be accepted by
Department.
20. SPECIFICATION OF REGULATED LINEAR POWER SUPPLIES
Item Description : Dual Regulated Linear DC Power Supplies. One unit should have two
isolated independent power supplies
assembled in a 19 inch Rack mount chassis. Output of the two power
supplies to be Diode ‘OR’ed to provide
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
124 | P a g e 1 8 7
redundancy. The output terminals of
both power supplies shall be provided on the front panel and redundant mode
is enabled by connecting external links. The high current ‘OR’ing diode and
heat sink shall be fitted in the power supply chassis.
Output : 24V DC ±20%, Current rating 20A.
Line Regulation : ±0.05% (for ± 10% change in supply voltage)
Load Regulation : ±0.05% from no load to full load
Ripple & Noise : 1mVrms
Output impedance : 0.05Ω
Over Voltage Protection : Crow-bar protection acting at approximately 40V
Current Limit (Overload) : Constant current fold back type
protection having automatic crossover characteristics settable from 10% to
110% max. of rated current by front panel controls.
Monitoring : Independent Digital panel meters for
both power supplies. However voltage and current readings of each
power supply can be combined in a single display and selected by a switch.
Stability : 0.1% for eight hours
Remote Sense Provision : Required
Transient Recovery time : 100µsec
Operating Power : 230V AC ±10% 50 Hz
Operating Temperature : 0-500 C
Mounting : 19” Rack mountable
Note: The party shall provide detailed catalogue along with offer.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
125 | P a g e 1 8 7
Along with the supply of items, the party shall provide test certificates. The
power supplies shall undergo load regulation test, ripple test, stability test, line regulation test at Department site after supply. After passing the test as
per specification only, the power supplies shall be accepted by Department.
21. SPECIFICATION OF PTFE CABLES
1. 18 AWG SINGLE CORE PTFE WIRES
Inner conductor : Multi Stranded silver plated copper wire of
size AWG 18/19/0.25mm.
Standard : MIL-W-16878 (or) JSS 51034
Core insulation : PTFE tape wrapped and fused
Insulation thickness : 0.25 0.05 mm
Conductor dia (Nominal) : 1.27 0.03 mm
Diameter of core including insulation
: 1.87 0.1 mm
Color : Red, Black, Green, White Max. Resistance of the
conductor at 20 O C
: 18.99/Km
Roll : 100m 10%continuous per drum 2. 20 AWG SINGLE CORE PTFE WIRES
Inner conductor : Multi Stranded silver plated copper wire of
size AWG 20/19/0.2mm. Standard : MIL-W-16878 (or) JSS 51034
Core insulation : PTFE tape wrapped and fused
Insulation thickness : 0.25 0.05 mm
Conductor dia (Nominal) : 1.02 0.03 mm
Diameter of core including
insulation
: 1.57 0.1 mm
Color : Red, Black, Green, White, Violet, Yellow
Max. Resistance of the
conductor at 20 O C
: 32.8/Km
Roll : 100m 10%continuous per drum
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
126 | P a g e 1 8 7
20AWG 64 CORE PTFE CABLE
Description
: PTFE insulated silver plated copper wire
Size: AWG 20/19/0.2mm, each core
insulated and Pair twisted, each pair laid in
circular construction, PTFE sheathed and 32
such pairs laid in circular construction and
overall shielded and PTFE jacketed.
1. Inner conductor : Stranded silver plated copper wire of size
AWG 20/19/0.2mm
2. Core Insulation : PTFE tape wrapped and fused
a) Insulation thickness : 0.25 0.05 mm
b) Core diameter : 1.57 0.1 mm
3. No. of cores : Two cores twisted into pair with a twisted
lay of 25 mm.
4. No of twists per meter : 40
5. Colour coding : Pair : Red – Black. Each pair shall be
numbered.
6. Max resistance of the
conductor at 20O C
: 32.8 /Km
7. Max capacitance : ≤75 pF/m
8. Shield : Silver copper braid.
a) Shield Gauge dia : 0.12 mm
b) Coverage : > 90%
9. Overall & individual Sheath : PTFE tape wrapped and fused
a) Sheath thickness : 0.35 0.05 mm
b) Colour : Grey
10. Overall dia. of the cable : 19 5 mm
11.Packing Length : 250mts 10% continuous
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
127 | P a g e 1 8 7
20AWG 96 CORE PTFE CABLE
Description
: PTFE insulated silver plated copper wire
Size: AWG 20/19/0.2mm, each core
insulated and Pair twisted, each pair laid in
circular construction, PTFE sheathed and 48
such pairs laid in circular construction and
overall shielded and PTFE jacketed.
1. Inner conductor
: Stranded silver plated copper wire of size
AWG 20/19/0.2mm
2. Core Insulation : PTFE tape wrapped and fused
a) Insulation thickness : 0.25 0.05 mm
b) Core diameter : 1.57 0.1 mm
3. No. of cores : Two cores twisted into pair with a twisted
lay of 25 mm.
4. No of twists per meter : 40
5. Colour coding : Pair : Red – Black. Each pair shall be
numbered. 6. Max resistance of the
conductor at 20O C
: 32.8 /Km
7. Max capacitance : ≤75 pF/m
8. Shield : Silver copper braid.
a) Shield Gauge dia : 0.12 mm
b) Coverage : > 90%
9. Overall & individual Sheath : PTFE tape wrapped and fused
a) Sheath thickness : 0.35 0.05 mm
b) Colour : Grey
10. Overall dia. of the cable : 22 5 mm
11.Packing Length : 250mts 10% continuous
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
128 | P a g e 1 8 7
20AWG 32 CORE PTFE CABLE
Description
: PTFE insulated silver plated copper wire
Size: AWG 20/19/0.2mm, each core
insulated and Pair twisted, each pair laid in
circular construction, PTFE sheathed and 16
such pairs laid in circular construction and
overall shielded and PTFE jacketed.
1. Inner conductor
:
Stranded silver plated copper wire of size
AWG 20/19/0.2mm 2. Core Insulation : PTFE tape wrapped and fused
a) Insulation thickness : 0.25 0.05 mm
b) Core diameter : 1.57 0.1 mm
3. No. of cores : Two cores twisted into pair with a twisted
lay of 25 mm. 4. No of twists per meter : 40
5. Colour coding : Pair : Red – Black. Each pair shall be
numbered.
6. Max resistance of the
conductor at 20O C
: 32.8 /Km
7. Max capacitance : ≤75 pF/m
8. Shield : Silver copper braid.
a) Shield Gauge dia : 0.12 mm
b) Coverage : > 90%
9. Overall & individual Sheath : PTFE tape wrapped and fused
a) Sheath thickness : 0.35 0.05 mm
b) Colour : Grey
10. Overall dia. of the cable : 19 5 mm
11.Packing Length : 250mts 10% continuous
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
129 | P a g e 1 8 7
TEST DETAILS ON EACH OF THE ABOVE MENTIONED CABLES AS
PER JSS: 51034 STANDARDS
The following tests are required to be carried out at manufacturer’s site. NAME OF THE TEST EXPECTED REQUIREMENT
1. Dimensional check : As per standard
2. Concentricity of Insulation : Greater than 70%
3. Spark test : 3.4 KV for 1 sec
4. Conductor Resistance : As per standard
5. Dielectric withstanding voltage : 2.0KV for 1 minute
6. Insulation Resistance : 1500M/km.Min
7. Silver coating thickness over conductor : 1 micron Min
8. Conductor Elongation : 10% Min
9. Insulation tensile strength : 21 106 N/m2 Min
10. Insulation Elongation : Greater than150% Min
11. Cold Bend : -65° C for 4 Hours
12. Heat resistance : 290C for 96 Hours
13. Wrap Back (307C for 2 Hours) : No cracks. No dielectric
breakdown.
14. Flammability :i) Wire shall cease to burn less than 10 sec.
ii) Total length burnt or
charred not exceed 75 mm
ON FINISHED CABLE
1. Shielded coverage : 90%
2. Dielectric withstanding voltage between core and shield
: 2 KV for 1 minute
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
130 | P a g e 1 8 7
Note:
1. The party shall provide detailed catalogue along with offer. 2. The vendor shall provide sample piece during detailed engineering
from the manufacturer.
3. The tests shall be carried out in the presence of Department Engineer.
4. The vendor shall provide test certificate before dispatch of items. The
vendor shall dispatch the item only after clearance of test certificates
by Department.
22. SPECIFICATION OF POWER CABLE
Type : PVC Insulated and PVC sheathed, flexible three core multi stranded copper cable
Voltage grade : 1.1kV Size of conductor : 2.5 mm2
Current rating : 16A
No of cores : Three (Red, Black and Green)
Conforming standard : IS/IEC standards
23. SPECIFICATION OF EARTHING CABLES
Inner conductor : Multi Stranded copper wire of size 12 AWG
Insulation : PVC
Color : Green
24. SPECIFICATION OF TERMINAL BLOCKS
Type : Cage Clamp
Insulating material : Polyamide 6.6
Contact material : Tinned Copper
Size of the wire : 12-22 AWG
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
131 | P a g e 1 8 7
Colour : Grey
Cable entry : Front,Top
Current rating : 20A
Nominal Voltage : 600V
Rated Surge voltage : 8kV
Pollution Degree : 3
Voltage category :III
Flammability : UL94 V0
Compliance standard : IEC 60947-7-1
Mounting : Din rail: 35mm width
Accessories : End plate, Mounting rail, Marking ferrule.
Types I :
No: of terminals : 4
No of levels : 2 with Diode in series
Diode :1 N 4007
Qty :50Nos
Types II :
No: of terminals : 4
No of levels : 2 with Diode in parallel.
Diode :1 N 4007
Qty :50Nos
All Accessories like Separators, marking labels and end stoppers shall be
included as one lot
Note: The party shall provide detailed catalogue along with offer.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
132 | P a g e 1 8 7
25. SPECIFICATION OF CABLE GLANDS
Metal cable Gland:
Type : Metric Threaded cable gland
Material : Nickel coated Brass
Cable Type : Unarmoured/armoured
Standard : European EN 50262
Operating Temperature : -30 °C to + 100 °C
Max. Continuous temperature : +70 °C
Protection : IP 67
Accessories : Lock nut, Washer
Polyamide cable Gland:
Type : Metric Threaded cable gland
Material : Polyamide 6
Cable Type : Unarmoured
Operating Temperature : -30 °C to + 100 °C
Application : Indoor
Compliance : RHoS, CE
Accessories : Lock nut, Washer
Note:
The party shall provide detailed catalogue along with offer.
26. CABLE ENTRY PLATE
1. Material : CRCA steel with RAL7035 light gey
colour powder coating
2. Dimensions : 500H x 500W x 4mm thickness
27. MOUNTING PLATE
1. Material : CRCA steel with RAL7035 light gey
colour powder coating
2. Dimensions : 1600H x 480W x 2mm thickness
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
133 | P a g e 1 8 7
28. MS CONDUITS (FOR POWER CABLE LAYING)
1. Material : MS conduits
2. Dimensions as per
governing standard
: 20mm and 32mm
3. Colour : Painted black (Anti corrosive)
4. Thickness : 16 SWG
5. Joint by : Thread
6. Governing standard : IS 9537 Part-I 1980
29. INDICATORS, SWITCHES AND KEYS
INDICATORS
1. Connection Method : Plugin
2. Type of Head : Square
3. Illumination colors : Red, Green, Yellow
4. Illumination type : LED
5. Contact type : Silver
6. Service category : 24VDC ; 1A
7. Approximate dimension : 24mmx18mm
8. Mounting depth : 45mm
SWITCHES WITH INDICATORS
1. Contacts : NO-3; NC-3
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
134 | P a g e 1 8 7
2. Switching Action : Maintained Action at two positions
3. Ingress Protection(IP) : IP40
4. Connection Method : Plug in
5. Type of Head : Square
6. Illumination colors : Red, Green, Yellow
7. Illumination type : LED
8. Contact type : Silver
9. Service Life : >2x106 cycles
11. Service category : 24VDC ; 1A
12. Approximate dimension : 24mmx18mm
13. Approximate Mounting
depth
: 45mm
MUSHROOM HEAD EMERGENCY STOP SWITCHES
1. Contacts : NO-3; NC-3
2. Switching Action : Maintained Action
3. Ingress Protection(IP) : IP40
4. Connection Method : Plug in
5. Type of Head : Mushroom head cap of polyimide
8. Contact type : Silver
9. Service Life : >2x106 cycles
11. Service category : 24VDC ; 1A
13. Approximate Mounting
depth
: 55mm
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
135 | P a g e 1 8 7
KEYS
1. Contacts : NO-3; NC-3
2. Switching Action : Maintained Action at two positions
3. Ingress Protection(IP) : IP40
4. Connection Method : Plug in
5. Type of Head : Square
6. Key removable position : Position1 alone
7. Contact type : Silver
8. Service Life : >5x104 cycles
9. Service category : 24VDC ; 1A
10. Approximate Mounting
depth
: 50mm
11. Qty : 10Nos
General:
Ambient temperature : -25 deg C to +55 deg C
Rated Insulation Voltage : 300V AC
Over voltage category : III
Degree of Pollution :3
Electrical specification compliance : IEC 512-2-11
Shock Resistance : IEC 512-4
Accessories:
Protective covers, Blind plugs, labels, spare keys shall be quoted.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
136 | P a g e 1 8 7
Note:
The party shall provide detailed catalogue along with offer.
30. DATA LOGGER
A data logger with 32 numbers of analog input signal and 8
numbers of digital input and 8 numbers of digital output signal is to be configured for data acquisition, recording and on line viewing at
remote location. Such four systems are required. Each system shall have four client nodes licenses for remote online display. Software for
data acquisition, online data display, offline data viewing and data storage shall be provided.
SYSTEM SPECIFICATION
Analog Input Module
1. No: Of Inputs : 32
2. Sampling rate : 10Hz per channel 3. Input configuration : Through PC interface
4. Input Type : Single ended input 5. Input range : 0 to10V
6. Isolation between channels : Required
7. Measurement Accuracy : ± 0.1% 8. Input impedance : >1Mohm
9. A/D resolution : 16 bit
Digtial Input Module
No: Of channels : 8 Digital Output Module
No: Of channels : 8 Data Acquisition & Recording Data to be acquired, recorded continuously at sampling rate of 100ms,
1/5 /10 seconds, 1 /5 /30 minutes, 1hour for 24 hours for all channels.
The stored data shall be time stamped. Built – in real time clock shall be provided
Data Storage
Data storage through local memory and possible to store 100ms, 48
channels data continuously for 5 days. The stored data shall be possible to transfer to a PC for centralized data
storage. This shall be made possible through file transfer protocol.
Communication Interfaces
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
137 | P a g e 1 8 7
Ethernet Port
Interface: 10/100 BaseT Protocol: TCP/IP
Hardware configuration & Real Time Monitoring: Through web browser software
Web Server To Access current data and status from any web browser.
To Customize display pages. To Download data in CSV format.
To interface Command window. FTP Client
To Automatically upload logged data direct to an FTP server
FTP Server To Access logged data from any FTP client or web browser
Environmental & Mounting
Operating temperature: 15 to 50°C Operating Humidity: 20-80 % RH
Power Supply: 24V DC±10% (Necessary adaptors shall be provided) Mounting interfaces: 19” rack mountable
Software Package (Data Acquisition And Analysis)
1. Complete data acquisition, storage and analysis software package
Configuration Settings
2. The acquisition software shall be capable of scanning the selected user
required channels at user required sampling rate.
3. Also the per channel selection of legend, description, unit, alarm,
Engineering Unit (EU) conversion and other configurable parameters
shall be possible.
4. Logging of set configurations in notepad or in spreadsheet format.
5. This shall be made possible from a Personal Computer.
6. The set configurations shall be retained in controller even after
power interruption.
Acquisition
7. The acquisition software shall be capable of being operated with
acquisition ON/OFF & recording ON/OFF features.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
138 | P a g e 1 8 7
8. The acquisition sampling intervals shall be 100ms, 1/5 /10 seconds, 1
/5 /30 minutes, 1hour
9. Data to be stored in data storage media at the defined intervals.
10. The data shall be stored with reference to universal time.
11. This feature shall be made possible in all client nodes for the
administrator login.
12. Three level Security login levels shall be provided for the client nodes.
The viewer login shall view the parameter or graphical display.
13. Each client shall be possible to select different view pages.
Online Display and Analysis
14. The online display shall be possible at all client nodes.
15. The online display may be of graphical and numerical form.
16. The displayed data shall be in EU.
17. The graphical display shall have different scales for each parameter
and shall have four parameters per screen.
18. Multiple pages for parameter and graphical display shall be possible.
19. Maximum of 8 parameters per page and 4 parameter pages shall be
possible for numerical display in each client node.
20. Maximum of 2 graphical display pages per client shall be possible.
21. The channels for numerical and graphical display shall be selectable.
22. The alarm pop up shall be taken to the current display page.
23. The numerical and graphical display shall have the option for color
change when threshold limits are not met.
24. On analysis tools such as zoom, pan etc shall be provided.
25. Alarm summary shall be provided.
Offline Processing
26. Off line viewing of recorded data for selected channels in EU with
selectable intervals shall be possible. The file shall have optional
header and stored in DAT/CSV format.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
139 | P a g e 1 8 7
27. Offline plotting of selected channels in EU with optional headers shall
be possible.
Note:
Along with offer, the party shall provide with the detailed catalogue
indicating model number and list of all accessories. The party shall include the spares for I/O modules and memory
modules if any. The spares shall be 20% of the total quantity for 4 systems or 1No whichever is higher.
During detailed engineering phase, the party shall work out the Site Acceptance procedure for the entire system.
The vendor shall take up the installation and commissioning of the system at site.
The vendor shall be capable of customizing the software as per user
requirement. The vendor shall provide detailed training for 2 Department engineers
for a minimum of 2 days. A copy of software, driver software, operating system, operation
&maintenance manual and user manual shall be provided. The network connection support will be provided by Department.
The client PC will also be provided by Department. The system shall be accepted by Department, only after SAT and final
commissioning.
31. OPERATOR CHAIRS
1. Overall Dimension : Total Height – 800 to 1200 mm
Overall Width – 700 to 750 mm
2. Backrest Height / width : Height ≥ 440 mm
3. Seat width/depth : Width ≥ 440 mm
4. Seat height adjustment : Pneumatic seat height adjustment shall
be provided for minimum of 90 mm.
Seat height shall be adjusted by lever for
the required height and provide
cushioning effect for each time of sitting.
5. Swivel Mechanism : Allows 360 degree lateral movement
6. Seat & Backrest : Cushioned
8. Base : 350 stiletto base stand for stability and
balance
9. Armrest : Fixed Loop armrest
10. Backbone : Die cast aluminium backbone in silver
epoxy powder coating.
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
140 | P a g e 1 8 7
11. Castors : Not required.
12. Lumbar support : Integral lumber support 28-48 mm
placed in the lumber region of the back.
which provides comfortable sitting
posture .
13. Fabric colour : Shall be selectable by Department.
fabrics during Detailed engineering.
The party shall provide with catalogue along with offer. The party shall
quote for chair along with all items required for assembly.
Vendor shall provide different color sample during Detailed engineering.
The vendor shall take up assembly of chair at site.
32. 24core Fiber Optic Armoured cable
Fiber optic design : Glass fiber in multi tube loose
fibers with jelly fill Fiber type & size : Single mode, 9/125 microns
Attenuation @1310 nm : 0.4 dB/Km Max. Number of tubes : 6
Number of fibers per tube : 4 Loose tube material: PBTB
Loose tube inner diameter : 2.0 mm Loose tube outer diameter : 3.0 mm
Armouring : Corrugated steel tape Strength member material : Steel wire
Number of strength material : 1
Diameter of strength member : 2 mm Minimum bending radius : 220 mm
Outer jacket material : Polyvinyl chloride Outer jacket diameter/thickness : 12 mm/2 mm
Tensile strength : 4000 Newton’s Crush resistance : 4000 N/mm
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
141 | P a g e 1 8 7
ANNEXURE-5
FREE ISSUE MATERIALS
The free issue materials supplied by Department are
1. Control System & its support for commissioning activities. 2. Heavy duty connectors
3. Switch mode power supplies 4. Contactor
5. Safety sensors for all facilities (Oxygen, Hydro carbon & UV/IR Flame detectors)
6. Temperature Probes 7. Flow switches (4Nos) for ISF SF
8. Terminal block ( Single deck & for use in 230V AC power wiring) 9. All auxiliary system equipments
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
142 | P a g e 1 8 7
ANNEXURE-6
SAMPLE T&E SHEET
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
143 | P a g e 1 8 7
SECTION/DIVISION NAME MEASUREMENT CHAIN TEST REPORT
Type Parameter
Location Legend
TRANSMITTER DETAILS
Transmitter Make Constants
Transmitter Model No A0
Serial No A1
Measurement Range Calibration Range
Calibration Date
CALIBRATION EQUIPMENT
Calibration Equipment
FIELD WIRING DETAILS
JB No JB incoming cable tag
JB outgoing cable tag
JB incoming ferrule tag JB outgoing ferrule tag
INSTRUMENTATION RACK WIRING DETAILS
Rack tag
Field connector tag CS connector
TIB make TIB model no
TIB ch.no TIB serial no
TIB input pin details TIB output pin details
CONTROL SYSTEM WIRING DETAILS
CS type Gain
Offset
Incoming connector no Connector pin no
CS card/Slot no/Sl no
MEASUREMENT CHAIN CHECKING
Insulation resistance check
ELECTRICAL CHAIN CHECKING
Simulator Input Obtained Value Expected Value Error
mA (bar) (bar) % FSO
4
8
10
14
16
20
Theoretically Estimated measurement chain
accuracy
Electrical chain accuracy
Chain Calibration Date
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
144 | P a g e 1 8 7
SECTION/DIVISION NAME
EP VALVE COMMAND CHAIN TEST REPORT
TAG
LOCATION
DESCRIPTION
VALVE DETAILS SOLENOID VALVE DETAILS
MAKE SOV MAKE
MODEL NO. MODEL NO.
VALVE SIZE SL.NO.
SUPPLY PRESSURE (bar)
JB & CUBICLE DETAILS JB & CUBICLE DETAILS
SOV CUBICLE & JB NO. SOV JB END FERRULE
MARSHALLING JB NO. MARSHALLING JB FERRULE
STATUS JB NO. STATUS JB FERRULE
RELAY DETAILS RELAY WIRING DETAILS
MAKE RACK NO.
MODEL NO. RELAY NO.
SL.NO. FIELD END TB NO.
STATUS TIB DETAILS STATUS TIB WIRING DETAILS
MAKE & MODEL NO. RACK NO.
SL.NO. TIB NO.
PLC IO DETAILS PLC IO DETAILS
IO CARD NO. SLOT
STATION CHANNEL
TEST DETAILS
COMMAND ISSUE OFF STATUS
CMD ACK
ON STATUS COIL VOLTAGE (DC VOLT)
INSULATION RESISTANCE INSULATION RESISTANCE
SOV COIL RACK - STATUS JB CABLE
RACK - MJB CABLE STATUS JB - PROXIMITY SWITCH CABLE
MJB - SOV CABLE
MIMIC DISPLAY VERIFICATION RESPONSE TIME (sec)
COMMAND ISSUE ON TIME
CMD ACK &STATUS OFF TIME
SEALING & EARTHING CHECK OF FIELD OBSERVATIONS
SOV CUBICLE SOV BACK EMF DIODE CHECK
MARSHALLING & STATUS JB
CHAIN CALIBRATED ON:
TESTED BY VERIFIED BY CLEARED BY
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
145 | P a g e 1 8 7
SECTION/DIVISION NAME SECTION/DIVISION NAME
CONTROL VAVE COMMAND CHAIN TEST REPORT
TYPE
TAG NO.
PROCESS PARAMETER
DESCRIPTION
VALVE DETAILS
MAKE MODEL NO.
SERIAL NO.
FIELD JB NO.:
CMD PIN NO. FB PIN NO.
POSITIONER DETAILS
MAKE MODEL NO.
SERIAL NO.
POSITIONER SETTINGS
GAIN CL
INT TIME CL
SET TIME CL
GAIN OP IN TIME OP SET TIME OP
CONTROL GAP
TIB DETAILS MAKE MODEL NO. FIELD TB NO. SL.NO.
COMMAND
FEEDBACK
PLC IO CARD DETAILS
SLOT
STATION
SLOT
CHANNEL
COMMAND
POSITION FEEDBACK (M)
TEST DETAILS
CONTROLLER
CONSTANTS
KP
TIME
KI KD
INSULATION
RESISTANCE(G
COMMAND
LOOP
FEEDBACK
LOOP
RACK - FJB CABLE
FJB - CONTROL VALVE
CABLE
OPENING COMMAND (%) CURRENT TO
POSITIONER (mA)
PHYSICAL OPENING
(%)
CURRENT FROM
POSITIONER (mA)
POSITI
ON
FEEDB
ACK
(%)
MIMIC DISPLAY
VERIFIED
O.K
RESPONSE TIME (sec)
ON TIME (0-100%)
OFF TIME (100-0%)
FIELD OBSERVATIONS
SEALING CHECK OF
FIELD JB
EARTHING CHECK OF
FIELD JB
T& E DATE
TESTED BY VERIFIED BY CLEARED BY
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
146 | P a g e 1 8 7
ANNEXURE -7
PROCESS & INSTRUMENTATION DIAGRAMS
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
147 | P a g e 1 8 7
Procurement, Installation and Commissioning of Instrumentation System for BSF Annexure A: Scope of work and services
148 | P a g e 1 8 7
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
149 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
A. MATERIAL SUPPLY For material
supply, specifications
in Annexure
4 & Chapter 3.2. of
Annexure A shall be
referred. Also terms and
condition in annexure C
shall be referred.
1 Pressure Transmitters with
manifolds (Absolute & Differential)
70 Nos Detailed catalogue and the
selected model matrix for pressure transmitter and
manifold. The dimensional
drawing for manifold shall also
be provided.
2 Guided Wave level sensor 10 Nos Detailed catalogue and the selected model matrix.
3 Temperature transmitter 18 Nos Detailed catalogue and the selected model matrix.
4 Flow meters
3 Nos Detailed catalogue, sizing
sheet, Dimensional drawing, accuracy calculations and the selected model matrix.
5 HART communicator
suitable for communicating with all
quoted pressure, temperature, Guided Wave
level & flow transmitters
1 No Detailed catalogue
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
150 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
6 Flow switch
2 Nos Detailed catalogue,
Dimensional drawing and the selected model matrix.
7 Pressure switch 11 Nos Detailed catalogue,
Dimensional drawing and the
selected model matrix.
8 Solenoid Valve 75 Nos Detailed catalogue, Dimensional drawing and the selected model matrix.
9 SOV cubicle 15 Nos Detailed catalogue and
Dimensional drawing showing the pneumatic tubing entry,
inside header and cable entry
provisions
10 Junction boxes
Type I : 600x400x225 10 Nos
Type II : 300x300x165 4 Nos
11 Compression fittings & SS
tubes
Detailed catalogue
12.7mm SS tube; Wall thickness:2.2mm
600 m
12.7mm SS tube; Operating pressure: 650bar
100 m
8mm SS tube 1500 m
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
151 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
Ferrule Fittings 1/2"
NPTM to 12.7mm SS tube Operating pressure :
400bar
150 Nos
Ferrule Fittings 1/2" NPTF
to 12.7mm SS tube Operating pressure :
400bar
100 Nos
12.7mm SS tube union
Operating pressure : 400bar
120 Nos
12.7mm SS tube Tee
Operating pressure : 400bar
60 Nos
Ferrule Fittings 1/2" NPTM to 12.7mm SS tube
Operating pressure : 650bar
50 Nos
Ferrule Fittings 1/2" NPTF
to 12.7mm SS tube
Operating pressure : 650bar
50 Nos
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
152 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
12.7mm SS tube union
Operating pressure : 650bar
15 Nos
12.7mm SS tube Tee Operating pressure :
650bar
10 Nos
1/4" NPTM to 8mm SS
tube; Operating pressure : 400bar
150 Nos
1/4" NPTF to 8mm SS
tube; Operating pressure : 400bar
150 Nos
8mm SS tube union; Operating pressure :
400bar
125 Nos
8mm SS tube Tee; Operating pressure :
400bar
75 Nos
Bulk head union for 8mm
tube; Operating pressure : 400bar
25 Nos
½” NPT SS Plug; 100 Nos
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
153 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
Operating pressure :
400bar
¼” NPT SS Plug;
Operating pressure : 400bar
100 Nos
12 PVC cables Detailed catalogue
2 core 20 AWG armoured
cable
4500 m
4 core 20 AWG armoured cable
4000 m
10 core 18AWG armoured cable
1500 m
64 Core 20 AWG un
armoured Cable
2500 m
96 Core 18 AWG un
armoured Cable
800 m
96 Core 20 AWG un armoured Cable
2500 m
13 Cable trays Detailed catalogue
Perforated Cable Trays-
width: 50mm; Height: 12mm; Thickness: 1.6mm
700 m
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
154 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
Perforated Cable Trays-
width: 100mm; Height: 25mm; Thickness: 2.0 mm
2500 m
Perforated Cable Trays-
width: 150mm; Height: 25mm; Thickness: 2.0 mm
1500 m
Perforated Cable Trays- width: 300mm; Height:
50mm; Thickness: 2.0 mm
300 m
Ladder Cable Trays-
width: 300mm; Height: 75mm; Thickness: 2.0 mm
1000 m
13.a.
Cable tray accessories 1 lot Details of accessories quoted and unit cost for each shall be
mentioned.
14 Structural materials 10000 kg
15 Canopy 10 sq m
16 Racks 10 Nos Detailed catalogue and dimensional drawing.
16.a. Rack accessories 1 lot List of accessories are mentioned along with
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
155 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
specification and unit cost for
each shall be mentioned.
17 Console & Control room
Tables
16 segments * 2D view of consoles & data processing tables indicating the
dimensions* Cabinet interior
layouts* 3D equipment layout
view of control rooms [Room-1
& Room-2] with consoles & data processing tables in position.* The catalogue and
specifications of light fittings, lamps and materials. *
Photographs of similar installations madeThe above
drawings shall be color
printout by considering site measurements, architectural, mechanical and electrical
elements for each console type.
18 Transformer Isolated Barriers (TIB)
Detailed catalogue
TIB for transmitters. 216 Nos
TIB for status 112 Nos
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
156 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
TIB for Control valve
command
8 Nos
19 Relays 100 Nos Detailed catalogue
20 Linear power supply : 24V±20A-Linear
6 Nos Detailed catalogue
21 PTFE cables Detailed catalogue
96 Core 20AWG Cable 500 m
64 Core 20AWG Cable 100 m
32 Core 20AWG Cable 100 m
20AWG Single core wire 12000 m
18AWG Single core wire 2000 m
22 Power cable 1000 m
23 Earth cable 500 m
24 Terminal block Detailed catalogue
Terminal Blocks- No. of
levels:2 ; No of terminals:4
with diode in series
50 Nos
Terminal Blocks- No. of
levels:2 ; No of terminals:4 with diode in parallel
50 Nos
25 Cable glands Detailed catalogue
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
157 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
Nickel coated Brass Type
Cable Gland - 46mm 50 Nos
Cable Gland - 32mm 50 Nos
Polyimide Type
Cable Gland - 46mm 50 Nos
Cable Gland - 32mm 50 Nos
Cable Gland - 25mm 50 Nos
Cable Gland - 19mm 50 Nos
26 Cable entry Plate: Dimension : 500H x 500W
x 4mm thickness Material
: CRCA steel with RAL7035 light grey colour
powder coating.
4 Nos
27 Mounting Plate:
Dimension :1600H x 480W x 2mm thickness ; Material
: CRCA steel with RAL7035 light grey colour
powder coating.
15 Nos
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
158 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
28 Metal conduits, Metal
flexible hoses suitable for conduit, 4/3/2 way metal
junction box suitable for
conduit bends, elbows, Tees and couplers of
required quantities.
1 lot
29 Switches, Keys &indicators Detailed catalogue
Indicators 40 Nos
Authorization keys 10 Nos
Switches with Indicators 40 Nos
Mushroom caped
emergency stop switches
10 Nos
29.a. Accessories for Switches,
Keys &indicators
Details of accessories quoted
and unit cost for each shall be mentioned.
30 Data Logger 4 Nos Detailed catalogue indicating model number and list of all
accessories.
30.a. Accessories for Data Logger
Details of accessories quoted
and unit cost for each shall be mentioned.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
159 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
30.b. Spares for data logger Details of spares quoted and
unit cost for each shall be mentioned.
31 Operator Chair 25 Nos Detailed catalogue
32 Interface adaptor for temperature probes
18 Nos
52 24 core Fiber Optic
Armored cable
1500 m
Sub Total -1
B. ERECTION WORKS Annexure A
& C shall be referred.
1 Mounting of pressure transmitter and its impulse
tubing including hydro testing
58 Nos
2 Mounting of guided wave
level sensors and its
transmitter
8 Nos
3 Mounting of Temperature
sensor and its transmitter
15 Nos
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
160 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
4 Mounting of mass flow
meter and its transmitter
2 Nos
5 Mounting of flow switch 1 Nos
6 Mounting of pressure switch
9 Nos
7 Mounting of 5 SOVs inside
SOV cubicle, tubing from
header to SOV cubicle in turn to individual SOVs.
75 Nos
8 Tubing from individual
SOVs to EP valves (Approx. 10m length)
including pneumatic testing
60 Nos
9 Mounting of Junction box 14 Nos
10 2core 20AWG PVC Cable
laying and termination at both ends in multi pin
connector/Terminal Block
4500 m
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
161 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
11 4core 20AWG PVC Cable
laying and termination at both ends in multi pin
connector/Terminal Block
4000 m
12 10core 18AWG PVC Cable
laying and termination at both ends in multi pin
connector/Terminal Block
1500 m
13 64core 20AWG PVC Cable laying and termination at
both ends in multi pin connector/Terminal Block
2500 m
14 96core 20AWG PVC Cable
laying and termination at both ends in multi pin
connector/Terminal Block
800 m
15 96core 20AWG PVC Cable
laying and termination at both ends in multi pin
connector/Terminal Block
2500 m
16 Leak Checking (Each no is 10m in length)
150 Nos
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
162 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
17 Plain cement concrete
work
10 cu.m.
18 Structural fabrication
works
10000 kg
19 Laying of cable trays 6000 m
20 Mounting and Wiring of Instrumentation rack
9 Nos
21 Multi core PTFE Cable
laying and termination at both ends in multi pin
connector
700 m
22 Installation &
Commissioning of consoles and control room tables.
16 segments
23 Installation, Commissioning of data
logger & Training
4 Nos
24 Erection and
commissioning of CCTV system - Field and control
room equipments mounting, cable laying and
1 lot
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
163 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
Wiring. (except the works
covered under instrumentation rack
wiring and cable tray
laying)
25 Erection and commissioning of Inter
comm system - Field and control room equipments
mounting, cable laying and Wiring
1 lot
26 Erection and commissioning of Timing
system - Equipment
mounting, cable laying and Wiring
1 lot
27 Mounting of fiber optic
splicing patch panel in control room and fiber
optic cable wiring
4 Nos
28 Underground Fiber optic
cable laying which
1000 m
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
164 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
includes earth excavation,
sand filling, brick work and placing marker. Any
Plain cement concrete
work, bricks, sand required shall also be
included. (Refer 3.3.2.3.104-106)
29 Fiber optic cable laying
inside 2” hume pipe which includes supply of 2”
hume pipe, couplers,
fittings and laying conduits over MS support
structures. Any Plain cement concrete work,
bricks, sand required shall also be included. (Refer
3.3.2.3.104-106)
500 m
30 Powering of control room
equipments : Power cable laying and termination
1000 m
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
165 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
31 Grounding of equipments :
Laying of grounding cable and its termination.
500 m
32 Cable Entry Plate fixing 4 Nos
33 False floor plank cutout 25 Nos
34 Testing and Evaluation 250 Ch
35 Detailed Engineering 1 lot
36 Documentation 1 lot
37 Miscellaneous works
37.a Equipments mounting 100 Nos
37.b Cable laying
Cable laying - Ethernet
cables
800 m
Cable laying - Co axial cables
300 m
Cable laying - Power
cables
400 m
Cable laying - 96 core
20AWG PTFE cable
600 m
Cable laying - 64 core 20AWG PTFE cable
500 m
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure B: Price format
166 | P a g e 1 8 7
PRICE FORMAT
S.No Items Qty Unit Unit Rate (Rs.)
Total Cost (Rs.)
Documents along with quote for material supply
Reference
Cable laying - 32 core
20AWG PTFE cable
300 m
37.c Termination works 10000 points
Sub Total -2
TOTAL
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
167 | P a g e 1 8 7
TERMS & CONDITIONS
1.1. ENTIRE AGREEMENT
1.1.1. The Contract to be entered into shall convey the final agreement
between the Department and the Vendor on the terms and
conditions.
1.1.2. In the event of conflicts between general conditions of Contract and
the specification furnished by the Department, the latter will take
precedence.
1.2. MODIFICATIONS IN THE CONTRACT
This Contract may be amended or modified only in writing signed by
both the parties or their duly authorized agents or representatives by
a change order issued by the Department and accepted by the
Vendor, pursuant to the terms stated therein.
1.3. CANCELLATION OF CONTRACT
1.3.1. The Department will have the right, at any time, to cancel the
Contract either wholly or in part by giving written notice. The
Vendor shall undertake to observe the instructions of the Department
as to the winding up of the Contract both on his own part and on the
part of his sub-vendors.
1.3.2. In the case of cancellation of the Contract by the Department without
any fault of the Vendor, the Vendor shall forthwith take the
necessary steps to implement the Department’s instructions. The
period to be allowed to implement shall be fixed by the Department
after consultation with Vendor and, in general, shall not exceed 3
months.
1.3.3. The Department will, in no circumstances, be liable to pay any sum
which, when added to the other sums paid, due or becoming due to
the Vendor under the Contract and its amendments, if any, exceeds
the Contract payment for the work set forth in the Contract and its
amendments, if any.
1.3.4. The ownership of all materials, part and unfinished work paid for by
the Department under the provisions of this Section shall be vested in
or transferred to the Department as soon as they have been paid for.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
168 | P a g e 1 8 7
1.4. VENDOR’S DEFAULT LIABILITY
1.4.1. The Department shall reserve the right to terminate the work in the
circumstances detailed hereunder:
a. If the Vendor fails to rectify or replace any defective system/
sub-system/ equipment within a period of 60 days after the
Department having given a notice to the Vendor to rectify or
replace the said defective system/ subsystem/ equipment or the
Vendor delays, suspends or is unable to complete the system/
subsystem/ equipment by the date mutually agreed upon
b. If the vendor commits breach of any of the terms and conditions
of the Contract.
c. If the Government of India decides to terminate the Contract in
public interest.
1.4.2. When the Vendor makes themselves liable for action under the
circumstances mentioned above, the Department will have power to
forfeit the bank guarantee of Vendor and the Vendor shall have no
claim for damages whatsoever on such forfeiture.
1.4.3. The work remaining to be completed at the time of termination of the
Contract shall be got executed through any other Vendor, in which
case the expenses, which may be incurred in excess of sums, which
would have been paid to the original Vendor, had the whole work
been executed by them, shall be borne by the original Vendor and
shall be recovered from them.
1.5. CHANGES AND MODIFICATIONS TO SPECIFICATIONS AND
QUALITATIVE REQUIREMENTS
1.5.1. The Department shall reserve the right at any time to modify the
qualitative requirements, specifications, patents or drawings related
to the work covered by the Contract. The Vendor shall inform to the
Department within 30 days, of any objections they have to the
modifications required.
1.5.2. The Department may also accept the modification proposed by the
Vendor on his own initiative or on behalf of sub-vendors or as a
result of detailed engineering review.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
169 | P a g e 1 8 7
1.5.3. When a modification or other change is so authorized, the Vendor
shall proceed with action in accordance with the Department’s
direction. They shall moreover, as soon as possible after the receipt of
such directions, submit to the Department a firm and detailed
estimate showing any decrease or increase in the cost entailed by the
modifications and any effect its introduction will have on the
delivery schedule.
Any amendment to the Contract which may be necessary in this
respect will be established within a reasonable time in the form of
amendment to Contract, to be signed by both the parties. If the
parties do not agree on the amendments to the Contract, in particular
regarding prices, responsibility, delivery schedule etc, dispute shall
be submitted to arbitration.
1.6. SUB-CONTRACTING
The Vendor shall not assign or sub-contract the work or any part of
the work without the written approval of the Department. In the
event of approval of sub-vendors, the detailed specifications and
drawings of sub-contracted items shall be approved by the
Department. All the works carried-out by such sub-vendors shall also
be scrutinized, inspected and approved by the Department. However
the responsibility of such sub-contracted systems shall lie with the
Vendor. Any delay in carrying out the work by the sub-vendor which
affects the overall schedule of the work does not absolve the Vendor
from payment of compensation for the delays. All terms and
conditions applicable to the Vendor shall also be applicable to sub-
vendor.
1.7. COMPLIANCE WITH STANDARDS
All the materials supplied or used shall be of new and first quality
and manufactured and tested in accordance with the latest editions of
the relevant Indian/ International standards. Wherever imported
components are used, they shall be manufactured in accordance with
the relevant standards published in the country of manufacture after
allowing for specific aspects under Indian conditions such as tropical
climate, etc. Any material or work, where no specific standard is
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
170 | P a g e 1 8 7
applicable, shall be fabricated as per the instructions and directions
of the Department.
All the electrical equipments used shall conform to the latest Indian
Electricity rules as regards safety, earthing and other essential
provisions specified therein for installation and operation of electrical
parts.
1.8. SECRECY
The technical information, drawings, specification and other related
documents forming part of enquiry or Contract are the property of
the Department and shall not be used for any other purpose, except
for execution of the Contract. All rights, including the rights in the
event of grant of a patent and registration of designs are reserved.
The technical information, drawings, specifications, records and
other documents shall not be copied, transcribed, traced or
reproduced in any other form or otherwise in whole and/ or
duplicated, modified and/or disclosed to a third party and/or not
misused in any other form whatsoever without the Department’s
consent in writing except to the extent required for the execution of
the work. This technical information, drawings, specifications,
records and other documents shall be returned to the Department
with all approved copies and duplicates, if any, immediately after
they have been used for the agreed purpose.
1.9. INSPECTION OF WORK
1.9.1. The Department or any person appointed by it shall have access and
right to inspect the work, or any part thereof, at all times and places
during the progress of the work. The inspection and supervision is
for the purposes of assuring the Department that the plans and
specifications are being properly executed and while the Department
and its representative(s) will extend to the Vendor all desired
assistance in interpreting the plans and specifications, such assistance
shall not relieve the Vendor of any responsibility for the work. Any
work which is proved faulty shall be corrected by the Vendor
without delay. The fact that faulty work or work which is not in
accordance with plan and specifications was not pointed out by the
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
171 | P a g e 1 8 7
Department will not relieve the Vendor from correcting such work as
directed by the Department without additional compensation.
1.9.2. The Department’s representatives shall at all reasonable times have
free access to the works and/ or to the workshops, factories or other
places where materials are being prepared or fabricated for the work
and also to any place where the materials are lying or from where
they are being obtained, and the Vendor shall give every facility to
the Department’s representatives for inspection and test of the
materials and workmanship even to the extent of discontinuing
portions of the work temporarily or of uncovering or taking down
portions of finished work.
1.9.3. The Department has no obligations to discover defects patents or
otherwise and it shall be the sole responsibility of the Vendor. The
inspection and clearance for dispatch by Department’s
representatives shall not absolve the Vendor’s obligations and duties
under terms and conditions herein.
1.10. CO-ORDINATION WITH OTHER VENDORS AND
INTERFACING OF THE WORKS
The Vendor shall extend all co-operation to other Vendors of the
Department to perform their works at site simultaneously. The
Vendor shall so arrange their activities so as to ensure smooth and
timely execution of the project, minimize interference with the works
of the other Vendors and allow the other Vendors to use the facilities
engaged by them for erection activities. For this purpose, the Vendor
shall plan such works and indicate such interfaces in an interface
schedule. They shall not be entitled to any extra payment on this
account.
1.11. FORCE MAJEURE
If at any time during the execution of the Contract, the performance
in whole or in part by either party of any obligation under the work
is prevented or delayed by reasons of any war, hostility, acts of the
public enemy/terrorist, civil commotion, sabotage, fire, flood, earth
quake, epidemics, quarantine restrictions, strikes, lock-outs, or acts of
God (hereinafter referred as Eventualities) and if notice is given by
either party to the other within 21 days from the date of occurrence
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
172 | P a g e 1 8 7
thereof, neither party shall for such eventuality be entitled to
terminate the work nor shall any party have any claim for damages
against the other in respect of such non-performance or delay in
performance. The performance under the work shall be resumed as
soon as practicable after such eventualities have come to an end and
the decision of the Department whether the performance has been
resumed or not shall be final and conclusive.
Provided further that if the performance in whole or in part of any
obligation under the work is prevented or delayed by such
eventuality for a period of exceeding 60 days, the Department may at
their option terminate the Contract provided also if the work is
terminated under this clause, the Department will be at liberty to
take over from the Vendor at a price fixed by the Department which
shall be final. All unused, un-damaged acceptable materials, bought-
out components lying in stores in course of erection and
commissioning in the possession of the Vendor at the time of such
termination of such portion thereof as the Department may deem fit
excepting such material, bought-out components lying in stores as
the Vendor may with the concurrence of the Department elect to
retain.
1.12. INDEMNITY TO DEPARTMENT AGAINST INFRINGEMENT
OF LABOUR LAWS
The Vendor shall indemnify the Department against any action,
claim or proceedings relating to infringement of all or any of the
prevailing labour laws of India like Workmen’s Compensation Act
1923, Work Labour (Regulation and Abolition), Central Rules 1971,
Employees Liability Act 1938, Industrial Disputes Act 1947,
Employees Provident Funds and Miscellaneous Act 1952 as amended
from time to time during erection and commissioning at
Department’s site.
1.13. PATENT RIGHTS
The Vendor shall fully indemnify the Department against any action,
claim or proceedings relating to infringements or use of any patent or
any design or any alleged patent or design rights and shall pay any
royalty which may be payable in respect of any claims made under or
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
173 | P a g e 1 8 7
any action brought against the Department. In respect of such
matters as aforesaid, the Vendor shall be set at liberty, at their own
expense, to settle any dispute or to conduct any litigation that may
arise there-from. The Vendor shall not be liable to indemnify the
Department on the infringement of the patent or design or any
alleged patent or design right which is the direct result of an order
passed by the Department.
1.14. ARBITRATION
Except matters in respect of which the decision of the Department is
final as specified in the Contract, any dispute, disagreement or
question arising out of or relating to or in consequence of the work or
fulfilment or the validity of the enforcement thereof which cannot be
settled mutually, shall within 30 days from the date that either party
informs the other in writing that such dispute or disagreement exists,
be referred to arbitration. The Arbitrator shall be a serving Law
officer of the rank of Joint Secretary to the Government of India and
shall be nominated by Director, IPRC. The award of the Arbitrator so
appointed shall be final and binding on the parties to this Purchase
Order. The arbitration proceedings shall be in compliance with the
Arbitration and Conciliation Act 1996. The performance under this
work shall continue during the arbitration proceedings and no
payment due or payable by the Department will be withheld unless
any such payment is or forms part of the subject matter of the
arbitration proceedings. All expenditures towards arbitration will be
equally shared by both the parties.
1.15. ASSIGNMENT
The work shall be binding upon the successors and the assignees of
the parties hereto. It shall not be assigned in whole or in part by
either party without prior written consent of the other. If the Vendor
becomes insolvent or being a firm or a company whether
incorporated or not is dissolved or goes into bankruptcy or is caused
to be wound up except for re-construction purposes or carried on its
business under a receiver, the representatives in law of estate of the
Vendor or any such receiver, liquidator or any person in whom the
agreement may be vested shall forthwith give notice thereof in
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
174 | P a g e 1 8 7
writing to the Department and shall remain liable for the successful
performance of the Vendor or the successors of their obligations
under this Contract under any circumstances.
1.16. JURISDICTION AND APPLICABLE LAW
The work shall be governed by the laws of India for the time being in
the force. The courts of the Tirunelveli, Tamil Nadu state only shall
have jurisdiction to deal with and decide any legal matters or dispute
whatsoever arising out of the work.
1.17. EXECUTION OF WORK
The specifications of the work are intended to describe and provide
for a complete finished system. It is to be understood and agreed by
the Vendor that the work described shall be complete in every detail,
even though every item necessarily involved is not particularly
mentioned. The Vendor shall be required to provide all labour,
materials and equipments necessary for the completion of the work
described and shall not avail themselves of any manifesting
unintentional error, omission or inconsistency that may exist. The
Vendor shall carry out and complete the work in every respect in
accordance with the Contract and the directions and to the
satisfaction of the Department.
1.18. RIGHTS OF THE DEPARTMENT
1.18.1. RIGHT TO ILLUSTRATE AND EXPLAIN PLANS
a. The various parts of the Contract are intended to be
complementary to each other but if any discrepancies appear or
any misunderstanding arises, the explanation of the Department
will be final and binding.
b. The corrections of any errors or omissions of specifications may
be made by the Department, when such correction is necessary
to bring out clearly the intention which is indicated by a
reasonable interpretation of the specifications as a whole.
c. Wherever in the specifications which are a part of the work or
which may be furnished to the Vendor for directing the work,
the terms and descriptions of various qualities of workmanship,
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
175 | P a g e 1 8 7
materials, structures, processes, plant or other features of the
work are described in general terms, the meaning of fulfillment
of which must depend upon individual judgments, then in all
such cases, the question shall be decided by the Department and
said material shall be furnished, said work shall be done and
said structure or feature shall be constructed, furnished or
carried out in full and in accordance with their interpretation of
the same and to their full satisfaction and approval, provided
such interpretation is not in direct conflict with the specifications
or generally accepted good practice.
1.18.2. RIGHT TO DIRECT WORK
a. The Department will have the right to direct the manner in
which all work under this Contract shall be done, in so far as it
may be necessary to secure the safe and proper progress and the
specified quality of the work and all work shall be done and all
material shall be furnished to the satisfaction and approval of
the Department.
b. Whenever, in the opinion of the Department, the Vendor has
made marked departure from the schedule of completion laid
down in the Contract or when untoward circumstances force
departure from the said schedule, the Department in order to
assure compliance with the schedule and the provisions of the
work, shall direct the order, pace and method of doing the work,
which shall be adhered to by the Vendor.
c. If, in the judgment of the Department, it becomes necessary at
any time to accelerate the overall execution of the work, the
Vendor when ordered and directed by the Department will
cease the work at any particular point and transfer their men to
such other point or points and execute such portion of their
works, as may be required, to enable others to hasten and
properly engage and carry on their work, as directed by the
Department.
d. The work by the Vendor at the site beyond normal working
hours (08:45 to 17:15 hr) on working days and any time on
holidays (including Saturdays and Sundays) shall be permitted
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
176 | P a g e 1 8 7
only with prior approval of the Department. The Department
may also direct the Vendor to operate extra shifts over and
above normal day shift to ensure completion of the work on
schedule if, in the opinion of the Department, such work is
required.
1.19. VENDOR’S FUNCTIONS
1.19.1 The Vendor shall provide everything necessary for proper
execution of the work according to the intent and meaning of the
specifications whether the same may or may not be particularly
shown or described therein, provided that the same can reasonably
be inferred there-from and if the Vendor finds any discrepancy
there-in, they shall immediately and in writing refer the same to the
Department whose decision shall be final and binding on the
Vendor.
1.19.2 In the execution of the work, no person other than the Vendor, or
their duly appointed representatives, their sub-vendors, and their
workmen, shall be allowed to work at the site except by special
permission, in writing by the Department.
1.19.3 The Vendor shall proceed with the work to be performed under this
Contract and each and every part and detail thereof, in the best and
most workmen-like manner by engaging qualified, careful and
efficient workers and to the several parts thereof at such time and in
such order as the Department directs and finish such work in strict
conformance with the drawings and/or specifications and any
changes, modifications thereof made by the Department.
1.19.4 The Vendor’s personnel shall not be permitted to reside inside the
Department’s premises after the work. The Vendor shall arrange for
transportation, accommodation, food, health care, communication,
etc. for their personnel.
1.19.5 In respect of observance of local rules, administrative orders,
working hours and the like, the Vendor and their personnel shall co-
operate with the Department.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
177 | P a g e 1 8 7
1.20. SUPPLY OF TOOLS, AND OTHER MATERIALS
1.20.1. For full completion of the work, the party shall, at their own expense,
furnish all erection tools, power tools, cables, wiring tools, test
instruments, and all associated protective equipments, appliances,
materials required to accomplish the work under the contract unless
otherwise provided for. Adequacy of such tools shall be subject to
final determination of the Department.
1.20.2. The party shall not dispose, transport or withdraw any tools,
equipments and materials provided by them for the contract without
taking prior written approval from the Department and the
Department at all times shall have right to refuse permission for
disposal, transport or withdrawal of tools, equipment and material if
in their opinion, the same will adversely affect the efficient
completion of the work.
1.20.3. The Vendor shall also furnish all necessary expendable devices like
anchors, grinding and abrasive wheels, plugs, hacksaw blades, taps,
dies, drills, reamers, chisels, files, carborundum stones, wire brushes,
necessary scaffolding, ladders, wooden planks, timbers, sleepers, and
consumable materials like oxygen, acetylene, argon, lubricating oils,
greases, cleaning fluids, cylinder oil, graphite powder and flakes,
fasteners, gaskets, temporary supports, stainless steel shims or
various thicknesses as required, cotton waste, PTFE tapes and all
other miscellaneous supplies of every kind required for carrying out
the work under the contract.
1.21. PROTECTION OF WORK
1.21.1. The Department will not be responsible or held liable for any damage
to person or property consequent upon the use, misuse or failure of
any fabrication tools and equipment used by the Contractor or any of
their sub-contractors.
1.21.2. The Contractor shall effectively protect all the works from action of
weather and from damages or defacement and shall cover finished
parts where required for their thorough protection.
1.21.3. The Contractor shall cover the work by a Contractor’s all-riskpolicy
during the currency of the contract.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
178 | P a g e 1 8 7
1.22. SITE PERSONNEL
The party shall identify a Site Supervisor and he/ she shall be
personally present to supervise the work under the contract. The Site
Supervisor shall have full technical capability and complete
administrative and financial powers to expeditiously and efficiently
execute the work under the contract. Any written orders or
instructions which the Department may give to the party’s Site
Supervisor shall be deemed to have been given to the party.
1.23. FIRST AID
The Vendor may have access to the Departments’ qualified first aid
personnel and ambulance in case of accidents, subject to the
availability of the same. However, the Vendor shall make his own
medical and transport arrangements to take care of his employees in
case of accident. The Vendor shall provide a first aid kit at the work
site to meet the requirements of minor injuries.
1.24. REPORTING
The Vendor must report the following information to the
Department by the end of every week during the work at
Department’s site.
a) Progress achieved
b) Expected dates for completion of individual works
c) Any actual or likely delay in the execution of work
1.25. WORKING AND SAFETY REGULATIONS
The Vendor shall observe all statutory and legal requirements
enforced by Central and State Government applicable to the work as
well as any local regulations applying to the site issued by
Department or any other authority. Particular attention is drawn to
the following;
a) In case of accident, the Department shall be informed in writing
forthwith. The Vendor shall strictly follow the regulations laid
down by the Factory Inspector, Central and State Government
authorities in this regard.
b) Compliance with all electricity regulations.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
179 | P a g e 1 8 7
1.26. ELECTRICAL SAFETY REGULATIONS
In no circumstances will the Vendor interfere with fuses and
electrical equipment belonging to the Department or other Vendors.
Before the Vendor connects any electrical appliance to any plug or
socket belonging to other Vendor or Department, he will
a) Satisfy Department that the appliances are in good working
condition
b) Inform the Department of the maximum current rating, voltage
and phase of the appliance
c) Obtain permission of the Department detailing the sockets, to
which the appliance may be connected
1.27. POWER
Electricity will be supplied at free of cost. Contractor must provide
power supply distributor with isolator for taking power for his
equipments. Contractor should obtain Electrical safety clearance
from CMG/IPRC and safety clearance from safety division before
starting the work.
1.28. WATER
Free supply of water will be made available by the Department.
1.29. CLEAN-UP OF WORK SITE
The party shall not store or place the equipment, materials or erection
equipment on the drive ways and streets and shall take care that their
work in no way restricts or impedes traffic or passage of men and
material. All waste materials are to be disposed off safely to the
location specified by the department
1.30. SAFETY AND RELIABILITY
1.31. Since the systems are highly complex in nature, the philosophy and
criteria to be adopted shall be highly safety-and-reliability-oriented for
their systematic and proper functioning. The designs of the sub-
systems, components, equipments to be carried out by the Contractor
shall specifically address essential safety provisions both in-built and
external. Reliability is a prime factor, which has to be embedded in the
process of realization of the systems. To ensure that the sub-system
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
180 | P a g e 1 8 7
design, development, selection of equipment, components, material,
etc are in compliance with the standard engineering practices, it is
necessary to follow established design codes and standards.
1.32. SECURITY DEPOSIT
The Supplier shall deposit an interest free amount equivalent to the
10% (TEN PERCENT) of the total order value towards Security Deposit
for the due performance of the Purchase Order within 30 days from the
date of Purchase Order. The Security Deposit can be submitted either
in the form of (a) Cash to the Accounts Officer, IPRC against proper
Receipt, (b) Demand Draft drawn in favour of Accounts Officer, IPRC,
(c) Bank Guarantee in Rs.100/- Non-judicial Stamp Paper obtained
from any Nationalized/Scheduled Bank and (d) Term Deposit Receipts
duly endorsed by the respective Banks in favour of IPRC. This
security deposit shall be returned to the Supplier only upon successful
completion of all the contractual obligations or shall be adjusted /
forfeited against non-fulfillment of any of the contractual obligations.
1.33. QUALITY ASSURANCE
The reliability of Instrumentation is a combination of specification of
the equipments/ components, serviceability and maintenance of the
same, which are meant to serve and provide effective and timely
operation, which includes trouble-free performance of systems and
sub-systems to the intended specifications.
The Contractor must look for the quality factors individually
attributed to engineering developments, selection of equipments and components, test and acceptance procedures followed, repetitive
performance achieved, risk analysis carried out, etc. each and every module must be manufactured and tested to international Quality
Control standards. The test certificates shall be provided to Department.
The quality assurance is an unified approach that attempts to control
the quality right from design stage to commissioning stage, which includes the checking of the adequacy of the equipments/
components for materials, fabrication, installation, testing. It is the combined responsibility of the Contractor and the Department to
ensure that all possible failure modes are exercised and validated during FAT.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
181 | P a g e 1 8 7
1.34. PURCHASE OF MATERIALS
The selection of equipments, components, materials, etc. with
appropriate and suitable specifications shall be the responsibility of
the Vendor, as overall performance of the system rests with the
Vendor. Accordingly, the selection and purchase tasks shall be
handled by the Vendor immediately after the approval of Detailed
Engineering documents by the Department.
The criteria for selection of particular product and the reasoning
involved therein shall be submitted to the Department for necessary
approval. However Department’s decision will be final.
For the goods of foreign origin, if any, the Supplier/their Supplier
shall arrange Export License.
The Department will provide necessary end-use certificate for
obtaining the required license for import of items if requested by the
Contactor.
In keeping with the terms of the Contract, the Vendor shall
undertake the responsibility for handling, packaging and
transportation involved to the accepted level of any sub-systems/
equipment covered by the work in the Contract.
1.35. EMPLOYMENT OF LABOURS
The vendor shall deploy Indian National only for execution of the
work.
Only skilled employees with experience of this particular work shall
be employed.
No person below the age of 18 years shall be employed.
The Supplier shall pay to each person, wages not less than those
specified by Minimum Wages Act.
The employees / labour, for carrying out all the site works shall be
identified well in advance by the vendor and necessary approval
shall be obtained from the Department for entry permit to the work
site.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
182 | P a g e 1 8 7
1.36. GATE PASS
For Vendor’s equipment, tools, materials, etc. which are to be taken
out from IPRC, Mahendragiri campus after completion of work,
proper entry shall be made at the main gate duly endorsed by CISF.
The Department shall issue necessary gate passes for taking out the
Vendor’s materials, as and when required and after completion of
work.
2 INSTRUCTIONS TO BIDDERS
The proposals are invited as sealed quotations on behalf of the
President of India by the Head, Purchase & Stores, IPRC,
Mahendragiri, from reputed Vendors of high competence for the following work for IPRC, Mahendragiri, Tirunelveli District, Tamil
Nadu State, India.
2.1 SCOPE OF WORK
The scope of the work includes Detailed Engineering, Procurement, erection & commissioning , test & Evaluation and documentation for
Bulk storage Facilities as per the specification given in this document. The bidder is required to submit quotation for the entire works
mentioned herein. The incomplete quotations shall be summarily rejected. The deviation, if any, in the bidder’s proposal with respect
to this document shall be explicitly mentioned in the schedule of
deviations to be provided in the quotation. If the bidder does n ot mention any deviation, it shall be construed by the Department that
the bidder agrees to comply with each and every aspect of this document.
2.2 EXECUTION PERIOD
The proposed work contract is to cater to the requirements of
procurement, installation and commissioning of instrumentation system for bulk storage facilities at IPRC, Mahendragiri. The contract
shall be valid for a period of 12 months from the date of award of
contract. The execution schedule shall be as given below.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
183 | P a g e 1 8 7
Sl. No Scope of work Period Responsibility
1 Detailed engineering and acceptance by Department 2 months Vendor
2 Equipment and material supply
3 months Vendor
3 Erection and commissioning 4 months Vendor
4 Test and Evaluation 2 months Vendor
5 Documentation 1 month Vendor
2.3 COMPENSATITION FOR DELAY
If the contractor fails to complete execution of the contract or fails to
meet delivery specified in the contract or any extension thereof, the
Department will recover from the Contractor as Liquidated Damages
(LD) a sum of 0.5% of the total contract price for each calendar week
of delay or part thereof. The total liquidated damages shall not
exceed 10% of the contract price.
2.4 DELIVERY TERM
All equipments/materials to be supplied by contractor shall be
delivered at IPRC, Mahendragiri. The party shall be responsible for
further transportation of items to erection site. Further responsibility
of handling and storage of all items lies with the vendor.
2.5 LANGUAGES AND MEASURES
All documents pertaining to the Contract including specifications,
schedules, notices, correspondence, operating and maintenance
instructions, drawings or any other writings shall be written in
ENGLISH Language only.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
184 | P a g e 1 8 7
2.6 DOCUMENTS
All operating, maintenance and technical manuals, drawings and
diagrams in English Language relevant to the systems/components
shall be supplied by the Contractor.
2.7 GUARANTEE
a) The “Defect Liability Period” shall be 12 months from the date of successful completion of commissioning of instrumentation system.
The work shall not be considered as completed until the
Department has certified in writing that they have been actually accepted and the Defect liability period shall commence from the
date of such certificate.
b) The equipments & material supplied by the vendor shall carry a
guarantee for a period of 12 months from the date of commissioning, against any material defect, design defect,
manufacturing defect and/or failure of equipment to perform, as stipulated.
c) In case any defect in the work due to bad materials, and/ or bad workmanship develop in the work before the expiry of the period,
the Contractor, on notification by the Department, shall rectify or remedy the defects at their own cost and shall make their own
arrangements to provide materials, labour, equipment and any
other appliances required in this regard.
d) The equipments, or components repaired or replaced by the
Contractor shall be guaranteed for a period of 12 months from the date of repairs or replacement.
e) The Contractor shall furnish performance guarantee in the form of an unconditional irrevocable bank guarantee to the extent of 10 %
of the total contract value valid during the defect liability period. If any defect is noticed by the Department during the defect liability
period and Contractor fails to rectify or remedy the defects, the Department will have the right to get this done by other agencies
and recover the cost incurred, as determined by the Department, which shall be final and binding, by recovery from the amounts due
to the Contractor and/ or by enforcing bank guarantee.
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
185 | P a g e 1 8 7
2.8 INSURANCE
The contractor should take all necessary steps including the
necessary insurance cover till the system are dispatched & delivered
at purchaser’s site.
2.9 PACKING
The contractor shall pack all the equipments, materials and its
accessories and make the identification names at the top of each pack.
Proper packing shall be done so as to ensure that the items are not
damaged during transportation.
2.10 FORM OF QUOTATION
The quotation shall be submitted separately for
a. Technical and commercial
b. Price
The first shall contain the technical and commercial aspects
shall be opened first. The price quotation and the revision in prices
thereof if any submitted subsequently based on authorization from
the Department, shall be opened only after the evaluation of the
technical and commercial quotation.
All documents (including the drawings) issued in this tender
enquiry shall be returned along with the quotation. The bidder not
quoting for this enquiry shall return the tender documents (including
the drawings) to the Head Purchase & Stores, IPRC, Mahendragiri
within 15 days from due date of opening.
All corrections shall be attested by initials of the bidder with date.
The Department reserves the right to reject any or all quotations in
whole or part without assigning reasons thereof.
2.11 PRICES
The bidder shall quote firm and fixed prices valid during the
execution of the Contract till commissioning and final acceptance of
the systems to the satisfaction of the Department. The prices shall
include all taxes, levies like octroi, duties, taxes, royalties, permits
charges, etc. levied by any central, state, local or other Governmental
authority, which the Vendor is required to pay in any country as well
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
186 | P a g e 1 8 7
as in India with reference to fabrication, purchase, transportation up
to the delivery point stated in this document.
The bidder shall provide the individual item wise break-up
prices as given in Annexure-B price format.
2.12 PAYMENT
Milestone payments: Milestone payment will be considered as
follows:
1. 20% of price upon completion of configuration approval of
detailed engineering review against bank guarantee valid up to final completion.
2. Further 30% of price shall be released after receipt and
acceptance of all items at Department site.
3. Further 20% of price shall be released after completion of
commissioning of entire system (including Testing &
Evaluation).
4. 20 % of price after final documentation.
5. Further 10% of price shall be released upon satisfactory
completion of commissioning all activities against performance
bank guarantee.
2.13 VALIDITY
The quoted price should be valid for a period of 6 months from the
date of opening of the technical and commercial quotation.
2.14 QUANTITY VARIATION OF ITEM
The exact quantity and the list of items required for commissioning
the facility will be finalized during detailed engineering and 10%
quantity variation shall be permitted for supply and erection part of contract.
2.15 BIDDER’S PROFILE
The bidder shall elaborately bring out in their techno
commercial offer, their company profile, which shall be
commensurate with the level demanded for the execution of the
Procurement, Installation and Commissioning of Instrumentation system for BSF Annexure C: Terms and conditions
187 | P a g e 1 8 7
work specified in this document. Department has right to reject the
proposals which are in-complete or found unsuitable based on the
details requested below.
The details shall include the following:
a. Infra-structural facilities such as factory area, machineries,
equipments, material handling devices, instruments, tools, tackles, etc
b. Human resource inventory under the categories such as executives, managers, engineers, supervisors, foremen,
technicians, unskilled laborers, clerical staff, auxiliary staff, etc. The educational qualification, expertise and experience of
the key staff shall also be submitted.
c. Financial soundness, specifying the annual turn-over, annual income tax paid, name of the banker, etc.
d. Previous experience in the execution of projects of the nature and quantum on par with those specified in this document.
e. Experience of having successfully completed similar works as mentioned below during last 7 years ending 30 th September
2017 shall be submitted. One project costing more than Rs. 100.00 lakhs
(or) Two projects costing more than Rs. 50.00 lakhs each
(or) Three projects costing more than Rs. 25.00 lakhs each.
f. Clientele, specifying the clients to whom they have executed
works of nature similar to that specified in this document. The address, telephone, fax, E-mail and contact person of the
clients shall also be specified.
top related