CONTROL & AUTOMATION SYSTEMS FOR PLC BASED FILM ... · control & automation systems of plc based...
Transcript of CONTROL & AUTOMATION SYSTEMS FOR PLC BASED FILM ... · control & automation systems of plc based...
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
SDSC SHAR, Sriharikota
REQUEST FOR PROPOSAL
For
SUPPLY, ERECTION, TESTING AND COMMISSIONING
OF
CONTROL & AUTOMATION SYSTEMS
FOR PLC BASED FILM POSITIONING SYSTEM
FOR NDT-3 FACILITY
Satish Dhawan Space Centre SHAR
Indian Space Research Organization Sriharikota - 524 124, A.P
i
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Contents
S.NO DESCRIPTION PAGE NO.
1.0 PROPOSAL DOCUMENT …………………………………………............................. 1
2.0 ADDENDA / CORRIGENDA………………………………………………………….. 3
2.1 AMBIGUITY ………………………………………………………………................... 3
3.0 PREPARATION OF BIDS……………………………………………………………... 3
3.1 SITE VISIT …………………………………………………………………………….. 3
3.2 VALIDITY OF OFFER ……………………………………………………................... 3
3.3 COST OF BIDDING ………………………………………………………………….. 4
3.4 PROJECT MONITORING ……………………………………………….................... 4
3.5 APPLICABLE LANGUAGE …………………………………………….................... 4
3.6 ARRANGEMENT OF BID ……………………………………………………………. 4
3.7 SCHEDULE OF PRICES ………………………………………………….................... 5
3.8 DOCUMENTS COMPRISING THE BID ……………………………………………... 5
3.8.1 PART – I TECHNICAL AND UNPRICED COMMERCIAL PART………………….. 6
3.8.2 PART – II PRICED COMMERCIAL BID …………………………………………….. 6
3.8.3 BID SUBMISSION …………………………………………………………………….. 7
3.8.4 BID EVALUATION……………………………………………………………………. 7
4.0 EXCLUSION OF TENDERS ……………………………………………................... 8
5.0 DRAWINGS ………………………………………………………………………….. 8
6.0 PUBLICITY RELATING TO TENDERS ……………………………………………. 9
7.0 MINIMUM CRITERIA FOR QUALIFICATION ……………………………………. 10
8.0 DETERMINATION OF RESPONSIVENESS ………………………………………… 11
9.0 VENDOR EVALUATION FORMAT …………………………………….................... 11
9.1 FOR INDIGENOUS VENDORS ………………………………………….................... 12
9.2 FOR FOREIGN VENDORS …………………………………………………………… 15
SECTION A: GENERAL TERMS AND CONDITIONS OF CONTRACT
1.0 INTRODUCTION ……..……………………………………………………………….. 19
2.0 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS…………………………. 19
3.0 SUPPLIER'S OBLIGATIONS & FUNCTIONS ………………………………………. 19
3.1 SPECIFICATIONS AND DRAWINGS ……………………………………………….. 19
ii
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
3.2 APPROVAL OF TECHNICAL DOCUMENTS / DRAWINGS………………………. 19
3.3 DESIGN & SUPPLY OF EQUIPMENT …………………………………................... 20
3.4 INSPECTION AND TESTING ………………………………………………………... 21
3.5 DELIVERY AND STORAGE ………………………………………………………… 21
4.0 INSTALLATION ……………………………………………………………………… 22
4.1 GENERAL ……………………………………………………………………………... 22
4.2 RECORDS ……………………………………………………………………………... 23
5.0 DRAWINGS AND O&M MANUALS ……………………………………………….. 23
6.0 SCHEDULE OF PRICE ……………………………………………………………….. 24
7.0 DISCOUNTS …………………………………………………………………………... 25
8.0 MODE OF PAYMENT…………………………………………………………………. 25
9.0 TERMS OF PAYMENTS ……………………………………………………………… 25
10.0 DELIVERY SCHEDULE ……………………………………………………………… 25
11.0 LIQUIDATED DAMAGES ………………………………………………………......... 26
12.0 EXTENSION OF TIME ……………………………………………………………….. 26
13.0 TAXES AND DUTIES ………………………………………………………………… 27
13.1 GST ……………………………………………………………………………………. 27
13.2 CUSTOMS DUTY ……………………………………………………………………... 27
13.3 INCOME TAX ………………………………………………………………………… 27
14.0 RISK COVERAGE ……………………………………………………………………. 27
15.0 SECURITY DEPOSIT …………………………………………………………………. 27
16.0 PACKING AND FORWARDING …………………………………………………….. 28
17.0 WARRANTY …………………………………………………………………………... 28
18.0 GUARANTEE …………………………………………………………………………. 29
19.0 PERFORMANCE BANK GUARANTEE ……………………………………………. 29
20.0 DISCLOSURE AND USE OF INFORMATION BY THE SUPPLIER ………………. 29
21.0 ARBITRATION ………………………………………………………………………... 30
22.0 APPLICABLE LAW AND JURISDICTION …………………………………………. 31
23.0 FORCE MAJEURE ……………………………………………………………………. 31
24.0 GENERAL ……………………………………………………………………………... 31
24.1 SITE DETAIL …………………………………………………………………………. 31
24.2 SAFETY ………………………………………………………………………………... 32
24.3 POWER SUPPLY ……………………………………………………………………… 32
iii
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
24.4 WORK RULES ………………………………………………………………………… 32
24.5 SITE CLEARANCE …………………………………………………………………… 32
24.6 ACCOMMODATION ………………………………………………………………… 32
24.7 MEDICAL FACILITIES ………………………………………………………………. 33
24.8 WORK PROGRAMME ………………………………………………………………. 33
24.9 SUB-CONTRACTS ……………………………………………………………………. 33
24.10 CHANGES AND MODIFICATION TO SPECIFICATIONS, DESIGNS,
DRAWINGS AND QUALITATIVE / QUANTITATIVE REQUIREMENTS ……….
33
24.11 ACCEPTANCE AND REJECTION …………………………………………………… 34
24.12 SUSPENSION …………………………………………………………………………. 35
24.13 CANCELLATION ……………………………………………………………………... 35
25.0 EQUIPMENTS AND SERVICES ……………………………………………………... 37
SECTION-B : GENERAL INTRODUCTION
1.0 FUNCTIONS OF FPS & ESS ...………………………………………………………... 39
2.0 GENERAL INSTRUCTIONS / REQUIREMENTS …………………………………... 41
SECTION-C : SCOPE OF WORK
1.0 INTRODUCTION ……………………………………………………………………… 43
2.0 VENDOR’S SCOPE OF WORK………………………………………………………. 43
2.1 SUPPLY ,ERECTION,TESTING AND COMMISSIONING OF CAS ………………. 43
2.2 FUNCTIONAL REQUIREMENTS …………...………………………………………. 43
3.0 LOCAL OPERATING STATIONS …………………………………………………... 44
4.1 FILM POSITIONING SYSTEM (FPS) ………………………………………………. 44
4.1.1 FPS X TRAVEL MOTION …………………………………………………………… 44
4.1.2 FPS Y-TRAVEL ………………………………………………………………………. 45
4.1.3 FPS C-SLIDE …………………………………………………………………............... 46
4.1.4 LOADER & UN-LOADER CABINET SYSTEM ……………………………………. 47
4.1.5 FPS BOOM …………………………………………………………………………….. 48
4.1.6 OTHER INSTRUMENTS ………………………………………….…..……………… 49
iv
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
4.2 END SUPPORT SYSTEM (ESS) ……………………………..………………………. 49
4.2.1 ESS Y-TRAVEL ……..………………………………………………………………... 49
4.2.2 ESS Z-SLIDE ………………………………………………….……………................. 50
4.3 THE PROCESS AUTOMATION SYSTEM ………………………………………….. 51
4.4 OVERALL CONFIGURATION….……………………………………………………. 52
4.5 THE PLC SYSTEM …………………………….……………………………………... 53
4.6 THE SCADA SYSTEM ………………………..……………………………………… 54
4.7 DATA ACQUISITION & CONTROL SYSTEM(DACS) PROGRAMMING ……… 55
5.0 PLC POWER SUPLLY ITEMS…………… ………………………………………… 62
6.0 EX-PROOF CAMERAS AND CCTV SYSTEMS……………………………………. 62
7.0 FIRE DETECTION AND ALARM SYSTEMS …………………………………… 63
8.0 PULL CHORD SWITCH ……………………..……………………………………… 63
9.0 WORKS UNDER PURCHASER’S SCOPE……………….………………………… 63
SECTION-D : SPECIFICATIONS
1.0 TECHNICAL SPECIFICATIONS (DATA SHEETS) .……………………………… 65
2.0 SPECIFICATIONS FOR ANALOGUE ADDRESSABLE / INTELLIGENT……….. 81
3.0 GENERAL SPECIFICATION ………………………………………..……………… 86
SECTION-E : ANNEXURES
ANNEXURE –I: SCHEDULE OF PRICES …………………………………………………… 90
ANNEXURE –II: EXCEPTIONS AND DEVIATIONS ……………………………………….. 91
ANNEXURE –III: CHECK LIST ……………………………………………………………….. 92
v
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Acronyms
ISRO Indian Space Research Organization
SDSC Satish Dhawan Space Centre
CISF Central Industrial Security Force
CCW Counter Clockwise
CW Clockwise
PCC Power Control Centre ( electrical )
PLC Programmable Logic Control
LC Letter of Credit
CCTV Close Circuit Television
AMC Annual Maintenance Contract
GA(drawing) General Arrangement ( drawing )
SS Stainless Steel
IP Ingress Protection
UPS Uninterrupted Power Supply
ECS Electronic Clearance System
1
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
PROPOSAL DOCUMENT, CLARIFICATION AND ADDENDUM
Proposals are invited from the interested Suppliers for the enclosed scope of work in two-part
bid. Part-1 Technical and Unpriced part of the work and Part-2 Priced Commercial part.
The RFP document is organized in four sections as follows.
Section –A General Terms and Conditions of the Contract
Section –B General Introduction
Section –C Scope of Work
Section –D Technical Specifications
Section –E Annexure
Title of the Entity: SDSC SHAR , SRIHARIKOTA
Title of the proposal: “CONTROL & AUTOMATION SYSTEMS FOR PLC BASED
FILM POSITIONING SYSTEM FOR NDT-3 FACILITY”.
Date of Public Notification issued:
Last Date of purchase / downloading tender Document:
Last date of submission of tender documents:
Place of submission of tender documents: SDSC SHAR, Sriharikota
1. PROPOSAL DOCUMENT
a) One set of proposal document along with the drawings is issued. Bidder shall sign and
stamp each page of tender as token of his acceptance & submit along with his offer.
Document shall be scanned and uploaded in e-procurement portal. In case it is not
possible to upload due to higher file size, hard copy of the balance documents (without
any price figures) shall be submitted physically before due date.
b) Transfer of tender document issued to one Bidder to another is not permissible.
c) Tender documents shall remain the property of Department and if obtained by one
intending Bidder shall not be utilized by another without the consent of the Department.
d) The proposal shall be completely filled in all respects and shall be submitted together
with requisite information. Any offer incomplete in any particulars is liable for rejection.
2
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
e) Bidders shall set their quotations in firm figures and without qualifications or variations
or additions in the terms of the Tender documents. Proposal containing qualifying
expressions such as "subject to minimum acceptance" or "subject to prior sale" or any
other qualifying expressions or incorporating terms and conditions at variance with the
terms and conditions incorporated in the Tender documents are liable to be rejected.
f) Cost quoted shall be firm and fixed.
g) Price may be quoted in Indian National Rupee or foreign currency as applicable.
h) Satish Dhawan Space Centre – SHAR (SDSC-SHAR) Sriharikota is declared as
prohibited place under official secrets act 1923. Hence during execution of site works
necessary security requirements enforced by the department from time to time shall be
followed strictly.
i) Defects in the instruments, equipment’s etc., are not allowed.
j) During the erection, testing and commissioning of equipment’s at site in Sriharikota, the
supplier has to make his own arrangements for boarding, lodging and transportation of
his men and materials. However, subject to availability, hostel accommodation may be
provided by the Purchaser (SDSC SHAR) on chargeable basis.
k) Free electricity and water will be provided by the Purchaser (SDSC SHAR) for the
erection, testing and commissioning works at the site. Bidder shall take into this while
quoting the price.
l) Tools and instruments, other than those mentioned under free issue items, required shall
be arranged by the party.
m) Before starting the site work (at SDSC SHAR), the party shall provide insurance as per
workman compensation act to all his personnel working at site in Sriharikota against
accidents. Till commissioning of structure, the safe storing and handling of structure is
in the scope of supplier. Insurance for the same shall be borne by the party.
n) Quote shall be based on FOR Sriharikota.
o) All applicable taxes (like CGST/SGST/IGST/UGST, etc.) and duties applicable shall be
indicated clearly in quotation.
p) Transportation & Transit Insurance are fully in the scope of supplier and the same shall
be borne by the party.
q) Necessary care shall be taken during erection and commissioning of Control &
Automation Systems for Film Positioning System (FPS) and End Support System (ESS)
3
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
at our site. Any damage to the property of Department shall be adequately compensated
by the Party.
2. ADDENDA /CORRIGENDA
Addenda/corrigenda to the tender document may be issued by SDSC SHAR prior to the
date of opening of the tenders, to clarify or reflect modifications in the contract terms
and conditions.
Such addendum/corrigenda will be distributed to each firm or person who had
purchased the tender documents.
2.1. AMBIGUITY
Should there be any ambiguity or doubt as to the meaning of any of the tender
clause/condition or if any further information is required, the matter shall be
immediately brought to the notice of Sr. Head, Purchase & Stores, SDSC SHAR in
writing for necessary clarifications prior to the opening of the tenders.
3. PREPARATION OF BIDS
3.1. SITE VISIT
a) Bidders visit and examine the site and its surrounding to familiarize them self of the
existing facilities and environment and may collect all other information which they may
require for preparing and submitting the Bid and entering into the tender if required.
Bidders shall visit within 15 days from the date of tender enquiry.
b) Claims and objections due to ignorance of existing conditions or inadequacy of
information will not be considered after submission of the Bid and during
implementation.
3.2. VALIDITY OF OFFER
a) Bid shall remain valid for acceptance for a period of six months from the due date of
submission of the Bid.
b) The Bidder shall not be entitled during the said period to revoke or cancel his Bid or to
vary the Bid except and to the extent required by Department in writing.
c) Bid shall be revalidated for extended period as required by Department in writing.
4
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
d) In such cases, unless otherwise specified, it is understood that validity is sought and
provided without varying either the quoted price or any other terms and conditions of
Bid finalized till that time.
3.3. COST OF BIDDING
All direct and indirect costs associated with the preparation and submission of Bid
(including clarification meetings and site visit, if any), shall be to Supplier's account
and the Purchaser will in no case be responsible or liable for those costs, regardless of
the conduct or outcome of the Bid process.
3.4. PROJECT MONITORING
a) Bidder shall provide details of project team.
b) Party shall depute their Project team/ engineers for meeting to review the status and
discuss/ resolve minor issues related to project execution at our site based on mutual
agreement on mutually agreeable dates.
3.5. APPLICABLE LANGUAGE
The Bid and all correspondence incidentals to and concerning the Bid shall be in the
English Language. For supporting document and printing literature submitted in any
other language, an accurate English Translation shall also be submitted. Responsibility
for correctness in translation shall lie with the Supplier.
3.6. ARRANGEMENT OF BID
The Bid shall be neatly presented on white paper with consecutively numbered pages.
It should not contain any terms and conditions which are not applicable to the Bid.
The Bid and all details submitted by the Supplier shall be signed and stamped on each
page as token of acceptance by a person, legally authorized to enter into agreement on
behalf of the Supplier. Corrections/ alteration, if any, shall also be signed by the same
person. Supplier shall submit Power of Attorney in favor of the person who signs the
Bid and subsequent submissions on behalf of the Supplier.
Purchaser will not be bound by any Power of Attorney granted by the Supplier or
changes in the constitution of the firm made subsequent to submission of the Bid or
after the award of the contract. Supplier may however, recognize such Power of
5
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Attorney and changes after obtaining proper legal advice, the cost of which will be
borne by the Supplier.
The cancellation of any document such as Power of Attorney, Partnership Deed etc
should be communicated by the Supplier to the Purchaser in writing well in time,
failing which Purchaser shall have no responsibility or liability for any action taken by
Supplier on the strength of the said documents.
Should the Supplier have a relative or relatives or in the case of firm or company one or
more of its shareholders or a relative or relatives of the share holder (s) employed in a
senior capacity in Purchaser's organization, the authority inviting Bids shall be
informed of the fact at the time of submission of the Bid, failing which the Bid may be
disqualified or, if such fact subsequently comes to light, Purchaser reserves the right to
take any other action as it deems fit in accordance with any applicable law, Rules,
Regulations of the like in force for the time being.
3.7. SCHEDULE OF PRICES
The schedule of prices shall be read in conjunction with all the sections of proposal
document.
For Lump sum contract, the lump sum prices quoted by the Supplier shall be firm and
fixed for the completion of the work, unless stated otherwise. The price must be filled
in the format for ‘Schedule of Prices’ – Annexure-I in section E.
3.8 DOCUMENTS COMPRISING THE BID
This is e-procurement tender. All the documents need to be scanned and attached to the
bid under “documents solicited from Vendor” form. In case it is not possible to upload
due to higher file size, hard copy of the balance documents (without any price figures)
shall be submitted physically before due date.
a) Offers shall be sent online only using standard digital signature certificate of class III
with encryption / decryption. The tenders authorized online on or before the open
authorization date and time only will be considered as valid tenders even though the bids
are submitted online.
b) The tenderer must authorize bid opening within the time stipulated in the schedule by
SDSC SHAR. Otherwise the online bid submitted will not be considered for evaluation.
6
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
On-line bids shall consist of the following: -
3.8.1) Part – I: Technical and Un-Priced Commercial Part
a) Technical and un-priced commercial part shall comprise the following documents /
information. All the documents shall be scanned and uploaded in the ISRO e-
procurement portal.
b) Submission of bid letter along with one set of tender documents duly signed and
stamped as token of acceptance. Scanned copy shall be uploaded in the ISRO e-
procurement portal.
c) Power of attorney shall be in favour of authorized signatory of the bid/ proposal
documents.
d) Audited balance sheet including profit and loss account for last three financial years
(2016-2017, 2017-2018 & 2018-2019) showing annual turnover.
e) Latest income tax clearance certificate.
f) Latest solvency certificate from a scheduled bank for a value of 48 lakhs.
g) List of projects in hand & completed during last five financial years indicating the name
of client with contact details.
h) Any other relevant document, bidder desires to submit.
i) Confirmation with respect to bid qualification criteria
j) Compliance statement
k) Deviations, if any, with respect to technical and commercial terms & conditions shall be
clearly brought out. If deviations are not listed separately, it will be presumed that you
are adhering to all the specification and terms & conditions given in this document.
Note: All the above documents shall be uploaded in the ISRO e-procurement portal.
3.8.2) Part – II Priced Commercial Bid
Priced commercial bid shall contain schedule of prices and shall be filled in ISRO e-
procurement portal. No deviations, terms and conditions, assumptions, discounts etc. shall be
stipulated in price bid. Department will not take cognizance of any such statement and may at
their discretion reject such bids.
7
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
3.8.3) Bid Submission
a) Bid shall be submitted in two parts
Part -1 Techno-Commercial Part of the Bid
Part-2 Price Part of the Bid
b) Offers should be submitted On-line using standard digital signature of class -3 with
encryption/decryption options.
c) The tenders authorized online on or before the open authorization date and time will
only be considered as valid tenders.
d) Prices shall be mentioned in the space / column provided in the ISRO e-procurement
portal only for such purpose.
e) Physical copy of the bid will be accepted only in case if the file size is bigger and not
possible to upload the same. In such case, the hard copy shall be submitted within due
date. Documents received after due date will not be considered.
f) Prices quoted should be on the basis of F.O.R. Sriharikota.
g) The purchaser will not pay separately for transit insurance and same shall be included in
the cost quoted by the Bidder.
h) All risks in transit shall be exclusively borne the contractor and the purchaser shall pay
only for such items as are actually received in good condition in accordance with the
purchase order.
i) Bids duly filled in by the Bidder should invariably be submitted as stipulated in the e-
procurement portal.
j) Department may open Part – I of the bid on the due date of opening at convenience.
Price Bid (Part-II) of the bid of the technically and commercially acceptable bids shall
be opened at a later date.
k) Department reserves the right to reject any or all the Bids without assigning any reasons
thereof.
3.8.4) Bid Evaluation
a) The bidder shall provide all the relevant data / information / details required for evaluating
the bid technical and commercially in the specific formats enclosed with the tender. Apart
from this, Bidder is free to add any other relevant information.
8
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
b) During evaluation, Department may request Bidder for any clarification on the bid /
additional documents / information required. Bidder shall submit all clarifications /
additional documents / information requested in original. If not submitted within the
stipulated time department has right to reject such bids.
c) Techno-commercial discussion shall be arranged with Bidder, if needed. Bidder shall
depute his authorized representatives for attending discussions.
d) The complete scope of work is defined in the Tender document. Only those Bidders who
undertake total responsibility for the complete scope of work as defined in the Tender
document only will be considered.
e) In case Bid does not fully comply with the requirement of Tender document and the bidder
stipulates deviations to the clauses of the tender, which are unacceptable to the Department,
the Bid will be rejected.
f) Performance of Bidder on similar nature of works executed / under execution shall be taken
into consideration before selecting the Bidder for opening his price bid.
g) The time schedule for completion is given in the Tender document. Bidder is required to
confirm the completion period unconditionally.
h) Department shall not be obliged to furnish any information / clarification to unsuccessful
bidder as regard non-acceptance of their Bids.
i) Overall lowest offer will be considered for placement of Order.
4. EXCLUSION OF TENDERS
The following tenders shall be summarily rejected from the procurement process
a) Tenders of vendors who are already removed from vendor list from having any business
dealing.
b) The tenders that materially depart from the requirements specified in the tender
document or which contain false information.
5. DRAWINGS
a) Each drawing submitted by the Bidder (after placement of Order) shall be clearly
marked with the following details.
9
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
i. Name of the Owner: Satish Dhawan Space Centre SHAR, ISRO
ii. Project Title: PLC Based Special purpose equipment for NDT Facility, SPP
iii. Purchase Order No:
iv. Title of the Drawing clearly identifying the system, equipment or part.
v. Drawing, Revision Number and Date.
vi. Name of the Bidder:
vii. Drawings duly signed in "checked" and “approved" columns.
viii. Scale to which the drawing is drawn.
ix. Cross references to all relevant drawings.
x. All relevant notes to the drawing:
All notes necessary for understanding and execution of work shown on a
drawing shall be presented on the same drawing.
xi. All legends to all notations.
xii. Details of revisions carried out
xiii. Bill of materials shall be tabulated, wherever required.
xiv. All titles, markings and writings on the drawing shall be in English
xv. All the dimensions shall be in metric units.
b) If standard catalogues are submitted, the applicable items shall be highlighted therein.
c) The drawings shall indicate all dimensions and details of equipment, materials of
construction etc.
d) For all revisions of the drawing, Bidder shall ensure that all revisions are clearly
encircled with revision numbers marked on the drawing.
e) Bidder shall also ensure that general details of revisions are indicated for each revision
in the revision block of the drawing along with the date and signed by the approving
authority.
6. PUBLICITY RELATING TO TENDERS
a) Advertisements, press release or other specialized publicity documents, which are
related to or reveal the existence of a tender and are intended by the Bidder for public
distribution and / or the press, broadcasting, or television, shall be cleared/approved by
the Department.
b) The Department may direct the Bidder to withhold such publicity or to require
modifications to the publicity material. The Bidder shall comply with such direction.
10
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
7. MINIMUM CRITERIA FOR QUALIFICATION
S.
No
CRITERIA Vendor
Compliance
(YES*/NO)
7.1. Tenderer shall have at least 5 years’ experience in the field of design,
development, testing, erection, testing & evaluation and
commissioning of Control and Automation Systems, PLC
programming interfaced with 1000 Input/Outputs (Approx),
interfacing the PLC with SCADA or MMI, Customized report
generation in Suitable format etc.
7.2. Average annual financial turnover of the tenderer during the last
three years, should not be less than Rs.2.35 crores INR or equivalent
amount in foreign currency and it should be supported by Audited
Annual Financial Accounts Report (Last three years (2016-2017,
2017-2018 & 2018-2019) balance sheet / profit or loss account
statements shall have enclosed).
7.3. Experience of having successfully completed similar works of 135
Lakhs INR or equivalent amount in foreign currency, in a single
order value or 100 Lakhs INR or equivalent amount in foreign
currency, of two orders each or 68 Lakhs INR or equivalent amount
in foreign currency, of three orders each during last 5 Years (2014-
2015, 2015-2016, 2016-2017, 2017-2018 & 2018-2019).
SDSC SHAR reserves right to inspect the manufacturer site for
validation/verification.
7.4. Latest solvency certificate from a scheduled bank for a value of 65
lakhs.
11
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
7.5. Copies of the completion certificate/performance certificate and one
reference for contact from your client organization shall be furnished.
Performance demonstration of similar kind of machine supplied by
tenderer at manufacturer site shall be arranged, if called.
Purchaser reserves the right to evaluate vendor & its sub contractor
capability to supply the indented PLC based Special purpose
equipments to this tender specification and reject, if not capable.
7.6. Tenderer shall submit other information in the enclosed vendor’s
evaluation format. The bid submitted without the evaluation format
will not be considered for evaluation.
* if YES please support with valid documents as proof.
8. DETERMINATION OF RESPONSIVENESS
The bid which does not satisfy the pre-qualification criteria as mentioned above (refer point
no. 7) shall summarily be rejected and shall not be considered for further evaluation. SDSC
SHAR will scrutinize bids to determine whether the bid is substantially responsive to the
requirements of the tender documents. For the purpose of this clause, a substantially
responsive bid is one which inter-alia conforms to all the terms and conditions of the entire
Tender document without any deviations and reservations. The decision of purchaser shall
be final in this regard.
9. Vendor Evaluation Format
SDSC SHAR seeks response to the following questionnaire for assimilating data which
would be used for evaluating the capability of the vendor for executing the referred work.
Hence, the vendor is requested to provide only genuine data and any discrepancy found at
a later point of time may result in rejection of the vendor from purchase process.
Furnishing of data cannot be construed as automatic qualification for participation in the
tender. Questionnaire should be signed by a responsible and authorized person of the
Company / Agency.
12
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
9.1. For Indigenous vendors
S. No Description Vendor Response
1. Name of the company :
2. Type of the Company
(Proprietary/ Pvt. Ltd/Public Ltd/ Joint Venture/Consortium)
:
3. If Company is Consortium please provide the signed copy Consortium Agreement document.
:
4. Registration number & certificate :
5. Name & Address of the Office of the Chief Executive of the Company
:
6. Contact person for this tender with name & address and contact number
:
7. Locations of the Branches of Company (if any)
:
8. From which year the Company is in operation
:
9. Current Annual turn-over of the company
:
10. IT returns for the last 3 years :
11. The Profit & Loss Account details for the last 3 years which is duly audited and Submitted as part of the Annual Report.
:
In Rs. Lakhs only 2016-17 2017-18 2018-19
Total assets (i) :
Current assets (ii) :
Total liabilities (iii) :
Current liabilities (iv) :
Net Worth (i-iii) :
Working capital (ii-iv) :
13
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
S. No Description Vendor Response
Turnover ` in lakhs :
Profit/Loss in Rs. lakhs :
12. The major lines of business: :
13. Details of availability of design and analysis software
9
: Software No. of licenses
No. of Persons
familiar to work on software
14. Details of availability of Expertise Testing equipments
and: Activities lot No. of Persons
familiar to work
15. Manpower details
(technician, Supervisor, QA, Inspection)
: Description No. of Persons
Remarks
Admin. & Acct.
Design & Analysis
Workmen (floor)
Supervisor
16. The major customers for whom similar works are provided (Enclose copies of the Purchase Orders)
:
17. Any customers feedback on the services which is in writing (Pl.
:
14
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
S. No Description Vendor Response
enclose copies)
18. Shop floor area & Handling system availability
9.1.1 Details of last 5 years’ experience of contractor in executing similar type of works which are completed
Sl. No
Full postal address of the
client with Contact Person
Description of the work
Value of the work (Rs. in Lakhs)
Completion Time as per
PO
Actual period of
completion
Reasons for delay
1
2
3 1
4
Note: In order to consider as valid experience, all the experience has to be supported with the
completion certificate and purchase order
9.1.2 Details of present works being executed by the contractor
Sl. No Full postal address of the client with Contact Person
Description of the work Value of the work (Rs. in Lakhs)
Note: copy of purchase orders may be enclosed.
Signature of Authorized Person with Seal
15
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
9.2 For foreign vendors
S. No Description Vendor Response
1. Name of the company :
2. Type of the Company
(Proprietary / Pvt. Ltd. / Public Ltd. / Joint Venture / Consortium)
:
3. If Company is Consortium please provide the signed copy Consortium Agreement document.
:
4. Registration number & certificate :
5. Name & Address of the Chief Executive of the Company
:
6. Contact person for this tender with name & address and contact number
:
7. Do you have any Indian Agent (If YES) please provide percentage of Agency Commission?
:
8. Name & Address of the India Agent details of contact person
:
9. Locations of the Branches of Company (if any)
:
10. From which year the Company is in operation
:
11. Current Annual turn-over of the company
:
12. The Profit & Loss Account details for the last 3 years which is duly audited and Submitted as part of the Annual Report.
:
Currency ( ) : 2016-17 2017-18 2018-19
Total assets (i) :
Current assets (ii) :
Total liabilities (iii) :
Current liabilities (iv) :
Net Worth (i-iii) :
Working capital (ii-iv) :
16
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Turnover :
Net Profit/Loss :
13. The major lines of business :
14. Details of availability of design and Testing equipment analysis software
: Software No. of licenses
Persons familiar to work on software
15. Manpower details
(technician, Supervisor, QA, Inspection)
: Description Qty Remarks
Admin. & Acct.
Design & Analysis
Workmen (floor)
Supervisor
16. The major customers for whom similar items were supplied (Enclose copies of the Purchase Orders)
:
17. Any customers feedback on the services which is in writing (Pl. enclose copies)
:
18. Shop floor area & Handling system availability
:
17
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
9.2.1 Details of last 5 years experience of contractor in executing similar type of work which are completed
Sl. No
Full postal address of the
client with Contact Person
Description of the work
Value of the work (Rs. in Lakhs)
Completion Time as per
PO
Actual period of
completion
Reasons for delay
1
2
3
4
Note: In order to consider as valid experience, all the experience has to be supported with
the completion certificate and purchase order
9.2.2 Details of present works being executed by the contractor
Sl. No Full postal address of the client with Contact Person
Description of the work Value of the work (Rs. in Lakhs)
Note: copy of purchase orders may be enclosed.
Signature of Authorized Person with Seal
18
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
SECTION -A
GENERAL TERMS AND CONDITIONS OF CONTRACT
19
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
1. INTRODUCTION
SDSC SHAR invites e-tenders from reputed firms with proven ability to design,
preparation of detailed drawings, design, development, testing, inspection at
manufacturer’s works, packing, forwarding, transportation to site, unloading, installation,
testing, carrying out process trials and commissioning of Control System & Automation
for PLC based Film Positioning System for NDT-3 Facility; S139 Bay in Solid Propellant
Plant, SDSC SHAR, Sriharikota, India as per the scope and specifications.
2. SCOPE OF WORK AND TECHNICAL SPECIFICATIONS
The detailed scope of work and technical specifications is given in Section C and
Section D respectively. The general terms and conditions are given below.
3. SUPPLIER's OBLIGATIONS & FUNCTIONS
3.1. SPECIFICATIONS AND DRAWINGS
The Supplier shall execute the works in compliance with the provisions of CONTRACT,
good engineering practices and code requirements.
3.2. APPROVAL OF TECHNICAL DOCUMENTS / DRAWINGS
Supplier shall prepare and submit to Purchaser for approval following documents and
drawings:
3.2.1. Drawings of equipment and Auxiliary sub- system supplied by the party.
3.2.2. Quality Assurance Plan (QAP): The QAP shall list down various stages of inspection
and inspection agency namely supplier quality Control agency & 3rd party inspection
agency, if engaged. Elaborate Quality Assurance Plan (QAP) is to be prepared &
furnished for review & approval
3.2.3. Panel drawing
3.2.4. End-to-End Wiring Diagram
3.2.5. Control System Configuration.
3.2.6. Erection Sequence Schedule (ESS) along with qualification procedure.
3.2.7. No activity shall be executed unless Purchaser’s approval is obtained. The above
documents / drawings shall be submitted in a format approved by Purchaser. Quality
Assurance Plan shall be strictly in accordance with Quality Control Manual and Formats
to be provided after the award of CONTRACT.
20
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
3.3. DESIGN & SUPPLY OF EQUIPMENT
3.3.1. The supplier shall provide overall general arrangement of the machine with all major
dimensions.
3.3.2. The GA drawings given in the tender for various systems / equipments are of minimum
requirement and are for guidance only. Contractor is free to modify / improve / redress
the design if required to meet the guaranteed performance of the systems / equipments
being supplied. Design and fabrication drawings of the machine tool and auxiliary
systems shall be prepared and sent by the Bidder for scrutiny /review/clearance by
Purchaser. The Bidder shall incorporate necessary changes/revisions in the design based
on the suggestions made by the Purchaser or its authorized representatives and shall
submit the drawings for clearance prior to undertaking fabrication/manufacturing.
Scrutiny /review/clearance of the drawings by SDSC, SHAR shall not absolve the
responsibility of the Bidder from proper performance of the machine and from the
guarantee/warranty clauses. However, any modification / improvement shall be carried
out after approval by the Purchaser.
3.3.3. Supplier shall carry out detailed engineering, manufacture / procure and supply the
equipment in accordance with the scope, technical specifications and terms & conditions
of contract.
3.3.4. Any item which may not have been specifically mentioned herein but are needed to
complete the equipment / system shall also be treated as included and the same shall also
be supplied and erected at no extra cost, unless otherwise specifically excluded as
indicated.
3.3.5. Supply of bought out items shall be as mentioned in the technical bid.
3.3.6. All these goods or material shall be supplied or used shall be new and of first quality.
Where imported or partly imported goods or material are offered or intended to be used,
the fact must be specifically stated and brought to the notice of Purchaser.
21
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
3.4. INSPECTION AND TESTING
3.4.1 The supplier shall identify various stages of inspection and quality control of the system
including sub systems, components and bought out items etc., and inform the same to
SDSC, SHAR in advance. The approved QAP shall be followed during course of Design,
Development, Erection & Testing.
3.4.2 Purchaser reserves the right to inspect all phases of Supplier’s operations through its
representatives and/or third-party inspection agency approved by the Purchaser.
Therefore, it is the responsibility of the supplier to provide the necessary support for the
inspection agency and get the works inspected at all stages of work as identified in
quality assurance plan. The presence or absence of a Purchaser’s representative does not
relieve the Supplier of the responsibility for quality control in all phases of the work. In
the event that any of the work being done by the Supplier or any Sub-Supplier is found
by Purchaser’s representatives to be unsatisfactory or not in accordance with the
drawings, procedures, specifications, and standards the Supplier shall, upon verbal notice
of such discrepancy or deficiency, take immediate steps to revise the work in a manner to
conform to the relevant drawings, procedures and specifications. The Supplier shall carry
out required supervision and inspection as per Quality Assurance Plan and furnish all
assistance required by the Purchaser in carrying out inspection work during this phase.
3.4.3 The authorized inspectors of the purchaser shall have access to the premises of the
supplier and its sub-contractors at all reasonable times. All the equipments, instruments,
tools that are necessary for the inspection shall be provided by the supplier on demand by
purchaser’s own inspectors or a third party authorized by purchaser. Inspection by
purchaser’s own inspectors or by third party authorized by purchaser shall not absolve the
responsibility of the supplier from proper performance of the machine and from the
guarantee/warranty clauses stipulated in the contract.
3.5. DELIVERY AND STORAGE
3.5.1 Dispatch Instructions given in the Contract shall be strictly followed. Failure to comply
with the instructions may result in delay in payment apart from imposing any other
charges as may be deemed to fit.
3.5.2 The Supplier shall be responsible for transporting all the equipment to site, unloading
and storage. No equipment shall be delivered without obtaining dispatch clearance from
22
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Purchaser. All the equipment shall be properly packed to avoid any damage during
transportation / handling / storage.
3.5.3 Party shall undertake the responsibility of the machine and its components during
transportation to Sriharikota and during erection, testing and commissioning of the same
at suitable location identified by SDSC, SHAR and until handing over the machine to
SDSC, SHAR after its acceptance. SDSC, SHAR will provide sheltered area for storage
of the machine and its components. Supplier shall take proper care while storing the
equipment and shall provide watch and ward at his own cost.
3.5.4 First fill of hydraulic oil, lubricating oil, coolant oil & other consumables as required are
to be provided in seal packed at purchaser site.
4. INSTALLATION
4.1. GENERAL
4.1.1 Supplier’s staff shall include adequate number of competent erection engineers with
proven experience on similar works to supervise the erection works and sufficient
skilled, unskilled and semi-skilled labour to ensure completion of work in time.
4.1.2 Supplier's erection staff shall arrive at site on date agreed by Purchaser. Prior to
proceeding to work, Supplier shall however, first ensure that required/sufficient part of
his supply has arrived at site.
4.1.3 Special equipments / Material handling equipments required for erection work shall be
arranged by the supplier.
4.1.4 Piping / cable trench / embedded plate etc. required in the building shall be made
available by purchaser.
4.1.5 Purchaser will make ready the machine foundation, trenches and provision of water
supply to a place identified near the building as per the details furnished by the party.
4.1.6 Erection of equipment may be phased in such a manner so as not to obstruct the work
being done by Other Suppliers and / or operating staff that may be present at that time.
4.1.7 During erection, Purchaser's engineer will visit site from time to time with or without
Supplier’s engineer to establish conformity of the work with specification. Any
deviations, deficiencies or evidence of unsatisfactory workmanship shall be corrected as
instructed by Purchaser.
23
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
4.1.8 Supplier shall carry out work in a true professional manner and strictly adhere to the
approved drawings. Any damage caused by Supplier during erection to new or existing
building shall be made good at no extra cost to Purchaser.
4.2. RECORDS
Supplier shall maintain records pertaining to the quality of erection work in a format
approved by Purchaser. Whenever erection work is complete, Supplier shall offer
erected equipment for inspection to Purchaser's engineer who along with Supplier's
engineer will sign such records on acceptance.
The complete commissioning of equipment’s/Systems right from component level till
the complete testing including sub – assembly shall be properly documented with
detailed drawing, Test certificate etc.
There shall be time to time submission of information /clearance / approval by the
purchaser and all comments shall be duly incorporated.
All such drawing will become part of PRODUCTION MASTER FILE which shall also
contain as built drawing, Final Erection, Testing & Commissioning report done at site.
Three copies of PRODUCTION MASTER FILE shall be supplied.
5. DRAWINGS, O&M MANUALS
5.1. Supplier shall submit one hard copies & one soft copy of all the approved drawings
incorporating any modification / changes made during the execution of CONTRACT. All
these drawings shall be marked as 'As Built'.
5.2. Supplier shall submit one hard & one soft copy of the following documents:
5.2.1 Programs manual.
5.2.2 Maintenance manual with drawings, circuit diagrams, interfacing instructions, trouble
shooting and maintenance instructions and spares list with source of supply.
5.2.3 Manuals of PLC based Special purpose equipments from the original equipment
manufacturer (OEM) or supplier.
5.2.4 Software documentations.
24
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
6. SCHEDULE OF PRICE
6.1. CONTRACT price shall include all costs of “ design, development, testing, inspection at
manufacturer’s works, packing, forwarding, transportation to site, unloading, installation,
testing, carrying out process trials and commissioning of Control and Automation system
of NDT 3 facility.
6.2. CONTRACT prices shall also include all travelling expenses, living expenses, salaries,
overtime, benefit and any other compensation for engineers, supervisors, skilled,
semiskilled workmen, watch and ward staff, laborer and other staff employed by the
Supplier, cost of tools and tackles required for erection and other consumable material
required, and all taxes, duties, and levies as applicable on the date of submission of bid.
6.3. The taxes applicable for supply and erection & commissioning shall be indicated
separately in terms of percentage in the price bid. If the offers submitted by the suppliers
are silent on taxes, it will be presumed that quoted rates are inclusive of taxes & duties and
no claim in this regard will be entertained later.
6.4. Purchaser is eligible for concessional exemption of Customs Duty for imported items.
Necessary exemption certificate will be provided to the suppliers against request. This may
be taken into account while quoting for items.
6.5. In case of foreign suppliers, the prices shall be quoted on FOR, SRIHARIKOTA basis. In
case of any change, supplier shall identify the Indian agent and responsibilities related to
clearing the consignment, transport of equipment to destination and erection &
commissioning at site and all the necessary works till the equipment is commissioned and
accepted by Purchaser as per the mutually agreed acceptance plan in the contract
document.
25
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
7. DISCOUNTS
Supplier shall not indicate any discount separately and quoted price should be after
deducting the discount.
8. MODE OF PAYMENT
8.1. In case of indigenous suppliers, all the payments due to Supplier shall be made in Indian
currency by crossed “Account Payee” cheque sent to the registered office of the Supplier.
Supplier can submit the banker details and payments can also be made through Electronic
Clearance System (ECS).
8.2. In case foreign suppliers LC will be established for supply portion and erection &
commissioning portion separately. The agency commission shall be paid in Indian Rupee
based on the supplier’s authorization. Any other mode of payment shall be stipulated by
the tenderer clearly in the deviation statement attached of the proposal document.
9. TERMS OF PAYMENTS
9.1 One general payment term is 100% after receipt and acceptance of items at our site.
However, the following terms may be considered if required.
a) 80% on receipt of items, inspection by CLIP and acceptance at our site
b) 20% within 30 days from the date of commissioning and final acceptance.
c) Wherever advance payment (minimum of 30% if required) is requested, Bank Guarantee
from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance
payments, if the party is not supplying the material within the delivery schedule, interest
will be levied as per the Bank Lending Rate plus 2% penal interest.
d) Interest will be loaded for advance payments/stage payments as per the lending rate of Bank
and will be added to the landed cost for comparison purpose. In case of different milestone
payments submitted by the parties, a standard and transparent methodology like NPV will
be adopted for evaluating the offers.
10. DELIVERY SCHEDULE
a) After awarding the Purchase Order supplier shall get the approval of the Control system
Configuration and BOM of the project within 1 weeks.
b) The detailed wiring diagrams shall be submitted within 2 weeks for approval.
c) Purchaser will approve the same within 1 Week.
26
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
d) The CAS shall be supplied to SDSC SHAR within FIVE months from the date of receipt of
approval of the BOM.
e) Upon site clearance from the purchaser, the party shall finish installation, commissioning,
testing and handing over the system in working condition as per the specifications within
THREE months exclusive of supply time period (Total delivery and installation period of
the project is NINE months).
f) Delivery date is essence for this contract. Party shall adhere to the delivery date mentioned
in this tender and same shall be confirmed along with the offer. In case Party is unable to
meet the delivery schedule, the offer is liable for rejection.
g) Intermediate milestones as identified mutually after placement of order shall be met with.
11. LIQUIDATED DAMAGES
In the event of the Supplier failing to complete the work within the delivery period specified
in the contract agreement or any extension agreed thereto, the Purchaser shall reserve the
right to recover from the Supplier as liquidated damages, a sum of 0.5 percentage per week
or part thereof of the undelivered portion of the total contract price of equipment or work.
The Total liquidated damages shall not exceed the 10.0 percentage of the total Contract
price.
12. EXTENSION OF TIME
12.1. If the completion of deliveries of equipment, work is delayed due to reason of Force
Majeure the Supplier shall without delay give notice to the Purchaser in writing of their
claim for an extension of time. The Purchaser on receipt of such notice may agree to
extend the Contract period or delivery date as may be reasonable but without prejudice to
other terms and conditions of the Contract.
12.2. Both parties shall keep a record of the circumstances referred to above which are
responsible for causing delays in the execution of the services and shall give notice to the
other party of any such cause as soon as it occurs. An event of Force Majeure, where so
ever it occurs, provided it affects either party in fulfilling its obligations under this
contract, shall justify the affected party's claim of Force Majeure. Should one or both the
parties be prevented from fulfilling their contractual obligations by a state of Force
Majeure lasting continuously for more than a month, the parties shall consult with each
other regarding the future execution of the contract.
27
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
13. TAXES AND DUTIES
13.1. GST
The applicable rate of GST (CGST / SGST / IGST / UGST) shall be clearly mentioned
along with the concerned HSN code / SAC.
As per the Notification No.47/2017 - Integrated Tax (Rate) dated.14th November, 2017
issued by the Government of India, Ministry of Finance (Department of Revenue), we are
eligible for 5% IGST. Exemption Certificate as required under the said notification will
be provided along with the Purchase Order.
13.2. CUSTOMS DUTY
a) The Purchaser is eligible for Concessional Customs Duty exemption as per Notification
No.05/2018 dated 25-01-2018. This may be taken into account while quoting for import
items.
b) In case tenderer offering items considering the customs duty exemption, they shall
indicate the list of items and its quantity.
13.3. INCOME TAX
Income tax at the prevailing rate as applicable and if applicable from time to time shall
be deducted from the supplier's bills as per Income Tax Act and a certificate issued
(TDS Certificate).
14. RISK COVERAGE
The Supplier shall arrange comprehensive risk coverage at his own cost covering the
value of equipment including transportation to the site from manufacturer’s works,
storage at site, fabrication, erection, testing and commissioning at site. The period of
such coverage shall be up to contractual completion period or any extension granted by
Purchaser thereof.
15. SECURITY DEPOSIT
a) Party shall submit security deposit, within 15 days from the date of order placement, for
10% of the total order value. Security Deposit shall be obtained through Bank Guarantee
or fixed deposit receipt from any of the Scheduled Banks executed on non-judicial
28
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
stamp paper of appropriate value and shall be valid for a period of sixty days beyond the
date for completion of the Purchase Order.
b) In case the vendor fails to furnish the security deposit within the specified date or
extended due date, the Purchase Order/Contract shall be cancelled, and the EMD, if any,
made earlier shall be forfeited, and, in addition, appropriate penal action will be
considered.
c) Central PSUs / PSEs / Autonomous Bodies shall be exempted from the payment of
Security Deposit, and instead, an Indemnity Bond shall be submitted by them in lieu of
the Security Deposit.
16. PACKING AND FORWARDING
a) The tenderer will be held responsible for the stores being sufficiently and properly
packed for transport by rail, road, sea or air, to withstand transit hazards and ensure safe
arrival at the destination.
b) The packing and Marking of packages shall be done by and at the expenses of the
Contractor.
17. WARRANTY
The supplier shall provide twelve months’ warranty for the entire system for a defect
liability, after final official handing over at his cost. During this period supplier has to
provide and adhere to the following:
17.1. This period shall include maintenance, replacement of defective / failed parts at free of
cost.
17.2. Supplier has to attend unlimited breakdown calls.
17.3. Purchaser will not provide any transport/accommodation for this purpose.
17.4. Upon oral or written notification of defects in or malfunctioning of the goods during the
warranty period which require corrective action, Supplier shall send the necessary
personnel to job site to supervise and assume responsibility for repairs and/or
replacement, if necessary, of the defective goods or material at his own cost. If Supplier
does not, within seven (7) days after receipt of notification, take steps to correct the
breach, Purchaser may do so at the cost and expense of Supplier. Supplier shall reimburse
Purchaser all expenses incurred by Purchaser to repair or replace malfunctioning or non-
conforming goods.
29
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
17.5. Purchaser has no obligation to discover defects, patent or otherwise, and this shall be sole
responsibility of Supplier. Inspection and clearance for shipment by Purchaser’s
inspectors or Inspection agency appointed by Purchaser shall not relieve Supplier of any
of his obligation and duties under the terms and conditions herein.
17.6. Where defects in items are remedied under warranty, the period for which the warranty
operates shall be extended by such period, as the items were not available to the
Purchaser. Where defects items are replaced by new ones, the full warranty period
stipulated in the contract shall apply to such replacement items as from the date of their
delivery.
17.7. Supplier shall obtain similar warrantee from each of his sub-suppliers. However, the
overall responsibility shall lie within the Supplier.
18. GUARANTEE:
a) The PLC based Special Purpose Equipment shall be guaranteed against any
manufacturing defects for a period of 12 months from the date of commissioning.
b) For defects noticed during the guarantee period, replacement rectification should be
arranged free of cost within a reasonable period of such notification.
19. PERFORMANCE BANK GUARANTEE
PBG at 10% of the value of the Purchase Order shall be submitted through bank guarantee
from any of the Scheduled Banks executed on non-judicial stamp paper of appropriate
value and shall be valid for a period of sixty days beyond the date for completion of
warranty period.
20. DISCLOSURE AND USE OF INFORMATION BY THE SUPPLIER
• If the documents supplied by the Purchaser are marked 'restricted use' the Supplier shall
take all necessary steps to ensure that the requirements of the contract or any
specification, plan, drawing, pattern, sample or information supplied by, or on behalf of,
the Purchaser in connection therewith shall not be disclosed to any person other than a
person employed or engaged by the Supplier, whether under sub-contract or otherwise,
for the performance of the contract.
• Supplier shall guarantee that all information and data received during execution of
Contract from Purchaser shall be classified as confidential within the meaning of the
Official Secrets Act and will not be divulged to any third party without prior written
30
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
permission of Purchaser. All drawings & documents shall be returned after execution of
work.
21. ARBITRATION
a) In the event of any question, dispute of difference arising under these conditions or any
conditions contained in the Purchase Order, (except as to any matters the decision of
which is specially provided for by these conditions) the same shall be referred to the sole
arbitration of the Director SDSC SHAR Office or some other person appointed by him,
it will be no objection that the arbitrator is a Government Servant that he had to deal
with matter to which the contract relates or that in the course of his duties as
Government Servant he had expressed views on all or any of the matters in disputes or
difference. The award of the arbitrator shall be final and binding on the parties of this
contract.
(b) If the arbitrator be the head of the purchase office.
i. In the event of his being transferred or vacating his office by resignation or
otherwise, it shall be lawful for his successor-in office either to proceed with the
reference himself, or to appoint another person as arbitrator, or.
ii. In the event of his being unwilling or unable to act for any reason, it shall be lawful
for the Head of the Purchase Office to appoint another person as arbitrator: or
(c) If the arbitrator be a person appointed by the Head of the Purchase Office in the event
of his dying, neglecting or refusing to act, or resigning or being unable to act, for any
reason, it shall be lawful for the Head of the Purchase Office either to proceed with the
reference himself or to appoint another person as arbitrator in place of the outgoing
arbitrator.
(d) Subject as aforesaid, the Indian Arbitration and Conciliation Act, 1996 and the rules
there under and any statutory modifications thereof for the time being in force shall be
deemed to apply to the arbitration proceedings under this Clause. The arbitrator shall
have the power to the extent with the consent of the Purchaser and the Contractor the
time making and publishing the award.
(e) The venue of arbitration shall be place as the purchaser in his absolute discretion may
determine. Work under the purchase order shall, if reasonably possible, continue during
arbitration Proceedings.
(f) In case order is concluded on the public-Sector Undertakings, the following Arbitration
Clause will be applicable.
31
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
i. In the event of any dispute or differences relating to the interpretation and
application of the provisions of contracts, such dispute or difference shall be
referred by either party to the Arbitration of one of the Arbitrator in the
Department of Public Enterprises to be nominated by the Secretary to the
Government of India in-charge of the Bureau of Public Enterprises.
ii. The Indian Arbitration and Conciliation Act, 1996 shall not be applicable to the
Arbitration under this clause.
iii. The award of the arbitrator shall be binding upon the parties to the dispute
provided; however, any party aggrieved by such award may make a further
reference for setting aside or revision of the award to the Law Secretary,
Department of Legal Affairs, Ministry of Law & Justice, Government of India.
Upon such Additional Secretary when so authorised by the Law Secretary whose
decision shall bind the parties finally and conclusively.
iv. The parties to the dispute will share equally the cost of arbitration as intimated
by the arbitrator.
22. APPLICABLE LAW AND JURISDICTION
The laws of India shall govern this contract for the time being in force. The Courts of
Andhra Pradesh, India only shall have jurisdiction to be with and decide any legal matters
or disputes what so ever arising out of the contract.
23. FORCE MAJEURE
Should a part or whole work covered under this agreement be delayed due to reasons of
Force Majeure which shall include legal lockouts, strikes, riots, civil commotion, fire
accident, quarantines, epidemic, acts of God and Government, embargoes, the
completion period for work, equipment referred to in this agreement shall be extended
by a period not in excess of the duration of such Force Majeure. The occurrence shall be
notified by either party within reasonable time.
24. GENERAL
24.1. SITE DETAIL
SDSC SHAR, Sriharikota is prohibited place. Hence, no contractor, working personnel
will be allowed to stay and they have to be accommodated in Sullurpeta by his own
arrangement.
32
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
All the working personnel shall comply with code of conduct during there stay inside
the SHAR campus.
24.2. SAFETY
Supplier shall follow the safety regulations / codes or safety instructions issued by
PURCHASER and shall take necessary measures at his own cost.
24.3. POWER SUPPLY
Electrical power provided by the purchaser during the installation of overall projects.
Reasonable quality of normal power will be made available at one point (415V, 3
phases, 50 Hz). However, onward distribution shall be done by the supplier.
All electrical installation by the supplier shall be as per safety regulation & standard and
will be subjected to purchaser inspection & approval.
24.4. WORK RULES
Generally, NO work shall be carried out during night or public holidays unless a written
permission is obtained from Purchaser.
24.5. SITE CLEARANCE
Upon completion of work, Supplier shall remove all his equipment and material from
the site within one month or time mutually agreed. Supplier at all times shall keep site in
clean condition and remove all unwanted material at regular intervals. In case supplier
fails to remove all his equipment and material within the mutually agreed time it is
deemed that Purchaser will arrange to remove the same at the supplier’s cost besides
imposing penalty for failure.
24.6. ACCOMMODATION
Very limited accommodation may be provided by Purchaser to senior supervisory staff
of the Supplier on chargeable basis subject to availability.
Supplier shall make his own arrangement for accommodation & canteen facility for all
its staff, technicians, labor & workers. Transportation shall be arranged by Supplier at
his own expenses for entire staff.
The contractor may have to transport working personnel on day to day basis by his own
arrangement. Location of the site is worked out to be 23 km from Sullurupeta.
The contractor personnel has to under go security checks by security force i.e. CISF
33
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
24.7. MEDICAL FACILITIES
No medical facilities will be provided by Purchaser at site for Supplier's site personnel.
Supplier shall make his own arrangement at his own expenses for medical facilities for
site personnel.
24.8. WORK PROGRAMME
The supplier along with proposal shall give a preliminary programme schedule for
executing the contract as per the scope of work. Upon award, supplier shall prepare a
detailed programme schedule for review / approval by Purchaser. Supplier as per
exigencies of work shall revise and update programme periodically.
Monthly progress review meeting will be conducted alternatively at purchaser / supplier
site.
24.9. SUB-CONTRACTS
24.9.1 Whole of the work shall not be subcontracted.
24.9.2 The portion of the work for which the supplier is not expert, shall be sub -contracted to
proven / reputed OEM in that field. Such sub- contract if any shall be given with prior
approval of the purchaser including choice of subcontractor.
24.9.3 The supplier shall be responsible for the proper execution of any sub-contract placed by
him in connection with this contract.
24.9.4 Unless otherwise authorized by the Purchaser, the conditions of the sub-contracts shall
be secured to the Purchaser any rights provided for it under the terms of the main
contract.
24.9.5 Written permission, if given, shall not relieve Supplier from his obligations under the
Contract and he shall take full responsibility for all work done by Sub-Suppliers.
Supplier shall be responsible for transmitting pertinent data of all Contract terms and
conditions to Sub-Suppliers. Supplier shall furnish to Purchaser copies of all un-priced
sub-orders showing promised delivery dates and places.
24.10. CHANGES AND MODIFICATION TO SPECIFICATIONS, DESIGNS ,
DRAWINGS AND QUALITATIVE / QUANTITATIVE REQUIREMENT S.
24.10.1 Supplier shall obtain approval for the designs and drawings from the Purchaser before
initiating the action for procurement / fabrication.
24.10.2 Change in make/model for bought item is NOT allowed unless approved by purchaser.
34
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
24.10.3 Purchaser is free to modify the designs or drawings during design review. Party has to
carryout one-time modifications at each stage with out any extra cost and obtains the
approval from Purchaser. Two levels of design reviews are contemplated viz. preliminary
design review and detailed design review to meet overall specification of the machine &
sub system.
24.10.4 The Purchaser reserves the right at any time to modify the Quantitative Requirement,
Specifications, patterns or drawings relating to the work covered by the contract. The
Supplier shall inform the Purchaser, within 15 days, of any objection/reservation to the
modifications required.
24.10.5 Unless the Purchaser directs otherwise, the Supplier shall in either case, submit within a
reasonable time limit to be specified by the Purchaser, an estimate of the effect of any
such modification in the cost of performance of the contract and/ or 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 an Amendment to Contract to be
signed by both parties.
24.11. ACCEPTANCE AND REJECTION
ACCEPTANCE AND REJECTION:
On completion of the work or part of the work as specified in the contract, the representative of
the Purchaser referred to, shall check as soon as possible, but in any event within the month of
notification of readiness for acceptance that the work performed complies with the contract
requirements as regards quantity and quality.
In the event of rejection of any of the articles, whereby the Supplier feels himself aggrieved, he
may within eight days of the receipt of notification of rejection and before such articles have
been removed from the place of inspection, give the Purchaser notice of objection. Such
objection shall be considered by a Board of Appeals of the Purchaser. The Purchaser shall,
without prejudice to the arbitration clause in the contract, take a decision upon presentation of
the Board's findings.
Following test shall be conducted at SDSC SHAR after installation for acceptance: -
35
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
a) Supplier shall demonstrate performance of the system as per the scope and PO specifications at
the site (NDT Facility, SPP, SDSC SHAR, Sriharikota - 524 124).
On completion of tests, the members of the Inspection Organization of the Purchaser or
Inspection agency appointed by Purchaser shall prepare a report, which must be countersigned
by the Supplier.
24.12. SUSPENSION
24.12.1 Purchaser may notify the Supplier to suspend performance of any or all of his
obligations under the Contract. Such notice will specify the reasons for suspension
and the effective date of suspension. Supplier there upon shall suspend the
performance of such obligations until ordered in writing to resume performance of
Contract by Purchaser.
24.12.2 If Supplier’s performance or his obligations remain suspended or the rate of
progress is reduced, then, the time of completion will be suitably extended and all
costs incurred by Supplier as a result of suspension or reduction in rate of progress
will be paid to Supplier provided that the suspension or reduction in the rate of
progress is not by reasons of Supplier's default or breach of Contract.
24.13. CANCELLATION
GENERAL RULE:
The Purchaser shall have the right at any time to cancel a contract either wholly or in
part by giving written notice by registered mail. From the time of receipt of the written
notice the Supplier shall undertake to observe the instructions of the Purchaser as to the
winding up of the contract both on his own part and on the part of his sub-suppliers.
WITHOUT FAULT OF SUPPLIER:
In the case of cancellation of a contract by the Purchaser without any fault of the
Supplier, the Supplier shall on receipt of Purchaser's instructions forthwith take the
necessary steps to implement them. The period to be allowed to implement them shall be
fixed by the Purchaser after conclusion with the Supplier and, in general, shall not
exceed three months.
Subject to the Supplier confirming, Purchaser shall take over from the Supplier at a fair
and reasonable price all finished parts not yet delivered to the Purchaser, all unused and
undamaged material, bought-out components and articles in course of manufacture in
36
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
the possession of the supplier and property obtained by or supplied to the Supplier for
the performance of the contract, except such material, bought-out components and
articles in course of manufacture as the supplier shall, with the agreement of the
Purchaser, elect to retain.
WITH FAULT OF SUPPLIER:
The Purchaser reserves the right, after full consideration of all relevant circumstances,
including the observations of the supplier, to cancel a contract in any of the following
circumstances.
(a) In the event of the Supplier's failure to meet
(i) The Technical requirements of the Supplier.
(ii) The Progress and/or delivery requirements.
(b) If the Supplier has not observed the provisions of the contract concerning the
disclosure and use of information provided by the Purchaser.
(c) If the Supplier fails to comply with the provisions of the contract concerning the
equipment, supplies and technical documents made available by the Purchaser.
(d) If the Supplier transfers his contract without the Purchaser's authorization or
concludes sub-contracts against the Purchaser's explicit directives.
(e) In the event that Supplier unjustifiably repudiates the Contract or fails to ship or
dispatch all or part of the goods ordered for reasons other than those attributed to the
Purchaser’s actions or as provided in the Force Majeure clause, the Purchaser may, by
giving an appropriate notice in writing to the Supplier, fix a Date of Essence by which
the Supplier shall complete the dispatch in full. If the Supplier fails to do so, the
Purchaser, in addition to his right to recover Liquidated Damages in terms of the
Contract, shall also have the right to cancel this Contract and make substitute purchases
from other sources. If the goods are in a partial state of fabrication, Purchaser may have
the fabrication completed by other means, in which event Supplier shall be liable to
Purchaser for the additional expenses incurred thereby, but shall not have any claim on
savings, if any, in such cases.
In the event of such cancellation, the Purchaser shall unless otherwise specified in the
contract, only pays.
37
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
- In the case of a fixed-cost contract for the supply of equipment or material. The
contractual value of items delivered and accepted under the contract before receipt of
notification of cancellation, or to be accepted under the special conditions of
cancellation.
- In the other cases.
A fair and reasonable price in respect of such work as has been carried out prior to the
receipt by the Supplier of notification of cancellation.
25. EQUIPMENT AND SERVICES
To be provided by the vendor
• Operation and maintenance manuals
• The Party’s scope of work shall include erection, testing and commissioning, operational
trials covered in this specification.
• Any other system not indicated herein but required to make the system complete shall be
included and provided by the bidder at no extra cost unless otherwise specifically excluded
as indicated.
To be provided by Department
The equipment and services will be made available by the Department: -
• EOT cranes for erection and commissioning at site.
• Locations for PLC based Special Purpose Equipments.
a) Dimensional tolerance wherever not specified shall follow the standard open dimension
tolerances provided in the drawing. Wherever welded attachments are used to facilitate
fabrication, same shall be removed carefully by cutting or chipping and surface of material
shall be finished smooth by grinding. As far as possible, hammering shall be avoided.
b) Edge preparation shall be carried out for all joints as mentioned in the drawing or as per
standard fabrication procedure.
38
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
SECTION -B
GENERAL INTRODUCTION
39
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
BASIC INTRODUCTION
1 FUNCTIONS OF FPS & ESS
(a) The function of the film positioning system (figure 1) is to position the X-ray film cassettes
at proper position.
Figure 1: Film Positioning system components: 1. FPS X-Table, 2. FPS Y-Table, 4. Cassette
frame assembly, 5. FPS boom Assembly, 6. FPS boom drive system, 7. Loader & Un-loader
Cabinets, 8. Loader & Un-loader drive system (Film Lift) and 9. Colum Assembly
(b) Function of the End support as shown in the figure 3 below is to support the FPS boom.
40
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Figure 3 End Support System and its subsystems
(c) Speed limits of FPS subsystems are as follows
(i) FPS X-Table : 2000 mm/min.
(ii) FPS Y-Table : 2000 mm/min.
(iii) Boom along Z-axis : 1000 mm/min.
(iv) Loader & Un-loader cabinet system along Z-axis : 1000 mm/min.
(v) C-Slide along boom length (X-axis) : 5000 mm/min
(d) Speed limits of ESS subsystems are as follows
(i) ESS Y-Table : 2000 mm/min.
(ii) ESS Z-Slide : 2000 mm/min.
NOTE: Details of interlocks shall be provided during the software design phase of the
project.
41
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
2.0 GENERAL INSTRUCTIONS / REQUIREMENTS (a) The supplier shall submit electrical drawings, Panel engineering drawing, instrumentation
interface drawing, PLC & SCADA configuration etc. for approval by the purchaser within
three weeks of receipt of Purchase Order.
(b) The party may offload the contract or part of it to any sub-contractor with prior
information and approval by Purchaser.
Purchaser shall have the power to reject any ‘work/equipment’ or material which in his
judgement is not in full accordance therewith. The Purchaser's approval of the drawings
shall not relieve the party from his responsibility for errors or omissions, which may exist,
even though work is done in accordance with such approved drawings. When such errors
or omissions are discovered later, they shall be made good by the party at his expense
irrespective of any approval of the purchaser.
42
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
SECTION -C SCOPE OF WORK
43
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
1. INTRODUCTION
1 Supply, erection, testing and commissioning of Control &
Automation System of PLC based Film Positioning system for NDT-
3 Facility
01 set
2. VENDOR’S SCOPE OF WORK
2.1 Supply, erection, testing and commissioning of Control & Automation system to the existing Handling Systems comprises of following;
a) PLC & SCADA with associated sub-systems like field instruments, electrical systems, Drive and CCTV etc.
b) Generation of bill of material.
c) Preparation of detailed engineering drawings.
d) Panel wiring, assembly, pre-delivery inspection and delivery at Purchaser site.
e) PLC & SCADA application program development.
f) Installation, Testing & commissioning at our site.
2.2 Functional requirements:
a) The process automation system shall be provided for the operation, control & maintenance of process parameters, logging of data, event and alarms for the following major sub-systems,
b) Film Positioning System.
c) End Support System.
d) Pneumatic system.
e) Miscellaneous systems viz. Drives and or any other auxiliary systems.
44
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
SECTION III: SPECIFICATIONS OF INSTRUMENTATION & CONTROL SYSTEMS 3. LOCAL OPERATING STATION
(a) Touch screen type Intrinsic Safe windows based HMI shall be provided individually for
Film positioning system and End support system.
(b) HMI shall have provision to display mimic page with start, stop & emergency
commands to subsystems.
(c) Hardware emergency buttons shall be provided near the FPS.
(d) Provision to display process & systems health parameters.
4.1 FILM POSITIONING SYSTEM (FPS)
4.1.1 FPS X TRAVEL MOTION
(a) FPS X-Travel shall involve four proximity sensors to be mounted at the four corners of the
FPS X-Table. Among these, two sensors will be used as redundancy measure for sensing
the extreme position and two other sensors for sensing the parking or home position with
similar redundancy (Proximity sensors: 4 Numbers-Digital Input).
(b) An ex-proof absolute encoder with intrinsic safe Profinet Communication shall be mounted
suitably.
(c) All the Digital Input and Output signals from the X-Table assembly located in hazardous
area shall be acquired suitably. All the signal to be interfaced with the Intrinsically safe ET
module each of minimum 50 meters of data cable.
(d) Since the area of operation (Exposure hall) is hazardous (Zone 1, gas group IIA, IIB, T4
class), all Proximity sensors, push buttons, LED lamps, etc., shall be intrinsically safe, the
absolute encoders shall be flame proof as per relevant standards. The supplier shall furnish
necessary certificates in this respect.
(e) Control cables with suitable interfacing length shall be provided for all motions and
Proximity sensors.
(f) Suitable cables shall be provided for interfacing with VFDs and PLC with Profinet
communication.
(g) Encoders shall be connected through Profinet communication with redundant intrinsic safe
profinet cable to be provided along with connectors.
45
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
(h) Motor brake release feedback shall be acquired from motor’s brake with suitable terminal
block adjacent to Brakes.
(i) Motor brake release feedback shall be provided as Digital Inputs from both Motor’s brake &
respective motor’s drive.
(j) All respective digital inputs and outputs from Safe area also shall be interfaced with suitable
Profibus based interface modules.
(k) No converters are allowed in between PLC and Drives/Encoder/ET module for the Profinet
and Profibus Communication. (In case of requirement prior approval to be obtained from
purchaser)
4.1.2 FPS Y-TRAVEL
(a) FPS Y-Travel on the rails (mounted on the FPS X-Table) shall involve four proximity
sensors to be mounted at the four corners of the FPS Y-Table. Among these, two sensors
will be used as redundancy measure for sensing the extreme position and two other sensors
for sensing the parking or home position with similar redundancy (Proximity sensors: 4
numbers-Digital Input).
(b) An ex-proof absolute encoder with intrinsic safe profinet Communication shall be mounted
suitably.
(l) (c) All the Digital Input and Output signals from the Y-Table assembly located in hazardous
area shall be acquired suitably. All the signal to be interfaced with the Intrinsically safe ET
module each of minimum 50 meters of data cable.
(d) Control cables with suitable interfacing length shall be provided for all motions and
Proximity sensors.
(e) Suitable cables shall be provided for interfacing with VFDs and PLC with Profinet
communication.
(f) Encoders shall be connected through IS based Profinet communication via intrinsic safe
profinet cable along with connectors.
(g) Motor brake release feedback shall be acquired from motor’s brake with suitable terminal
block adjacent to Brakes.
(h) Motor brake release feedback shall be provided as Digital Inputs from both Motor’s brake &
respective motor’s drive.
46
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
(i) Limit switches shall be provided to locate the positions of the Y-Table assembly accurately
for the propellant and Tangential Radiography Positions. (Limit Switches: 2 numbers for
Digital Inputs).
(j) All respective digital inputs and outputs from Safe area also shall be interfaced with
suitable Profibus based interface modules.
(k) No converters are allowed in between PLC and Drives/Encoder/interface module for the
Profinet and Profibus Communication. (In case of requirement prior approval to be obtained
from Purchaser)
4.1.3 FPS C-SLIDE
(a) FPS C-Slide Travel on the FPS boom along its length shall involve four proximity sensors.
Two sensors (with redundancy) shall be provided for sensing the extreme position and two
sensors for parking position (Proximity sensors: 4 numbers-Digital inputs).
(b) Two ex-proof absolute encoders (as redundancy) with intrinsic safe profinet
communication shall be mounted suitably.
(c) All the Digital Input and Output signals from the C-Slide assembly located in hazardous
area shall be acquired suitably.
(d) Data cables with suitable interfacing length shall be provided for all motions and Proximity
sensors.
(e) Suitable cables shall be provided for interfacing with VFDs and PLC with Profinet
communication.
(f) Encoders shall be connected through IS based Profinet communication via intrinsic safe
profinet cable along with connectors.
(g) Motor brake release feedback shall be acquired from motor’s brake with suitable
terminal block adjacent to Brakes.
(h) Motor brake release feedback shall be provided as Digital Inputs from both Motor’s
brake & respective motor’s drive.
(m) All respective digital inputs and outputs from Safe area and Hazardous area shall be
interfaced with suitable Profibus based interface modules.
47
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
(n) No converters are allowed in between PLC and Drives/Encoder/Interface module for the
Profinet and Profibus Communication. (In case of requirement prior approval to be obtained
from Purchaser)
4.1.4 LOADER & UN-LOADER CABINET SYSTEM
(a) Loader and Unloader cabinet system motion shall involve four proximity sensors. Two
sensors (with redundancy) shall be provided for sensing the extreme position and two
sensors for parking position (Proximity sensors: 4 numbers-Digital Inputs).
(b) The Loader & Un-loader cabinet system shall have provision to monitor and control its
motion along the length of the Vertical Column. In this respect an ex-proof absolute
encoder with intrinsic safe profinet communication shall be mounted suitably.
(c) All the Digital Input and Output signals from the Loader & Unloader cabinet system located
in hazardous area shall be acquired suitably.
(d) Control cables with suitable interfacing length shall be provided for all motions and
Proximity sensors.
(e) Suitable Control cables, each of length around 160 m shall be provided for interfacing with
VFDs and PLC with Profinet communication.
(f) Encoders shall be connected through IS based Profinet communication via intrinsic safe
profinet cable along with connectors.
(g) Motor brake release feedback shall be acquired from motor’s brake with suitable terminal
block adjacent to Brakes.
(h) Motor brake release feedback shall be provided as Digital Inputs from both Motor’s brake
& respective motor’s drive.
(i) Limit switches shall be provided to acquire the mechanical locking status at the stopping
positions of Film Lift carrying the Loader and Un-loader cabinets for propellant and
tangential radiography. (Limit Switches: 2 numbers- Digital Inputs).
(j) Limit switches (With Redundancy) shall also be provided to acquire the positional status of
Film Lift for propellant and Tangential radiography. (Limit Switches: 4 numbers-Digital
Inputs).
(k) Loader cylinder should have one number of solenoid valve (with cold redundancy) for
loader cylinder Forward operation. (Solenoid Valve: 2 numbers- Digital Outputs (1 no)).
(l) Loader cylinder should have one number of solenoid valve (with cold redundancy) for
loader cylinder Reverse operation. (Solenoid Valve: 2 numbers- Digital Outputs (1 no))
48
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
(m) Unloader cylinder should have one number of solenoid valve (with cold redundancy) for
Unloader Cylinder Forward operation. (Solenoid Valve: 2 numbers- Digital Outputs (1
no)).
(n) Unloader cylinder should have one number of solenoid valve (with cold redundancy) for
unloader cylinder Reverse operation. (Solenoid Valve: 2 numbers- Digital Outputs (1 no))
(o) Anti-collision Limit switches (2 Numbers) shall be installed to avoid collision between FPS
BOOM motion & the Loader & Un-Loader Cabinet System.
4.1.5 FPS BOOM
(a) FPS boom Travel shall involve four proximity sensors. Two sensors (with redundancy)
shall be provided at extreme position and two sensors for parking position (Proximity
sensors: 4 numbers-Digital Inputs).
(b) An ex-proof absolute encoder with intrinsic safe profinet communication shall be mounted
suitably.
(c) All the Digital Input and Output signals from the FPS Boom system located in hazardous
area shall be acquired suitably.
(d) Control cables with suitable interfacing length shall be provided for all motions and
Proximity sensors.
(e) Suitable Control cables shall be provided for interfacing with VFDs and PLC with
Profinet communication.
(f) Encoders shall be connected through IS based Profinet communication via intrinsic safe
profinet cable along with connectors.
(g) Motor brake release feedback shall be acquired from motor’s brake with suitable terminal
block adjacent to Brakes.
(h) Motor brake release feedback shall be provided as Digital Inputs from both Motor’s brake
& respective motor’s drive.
(i) Limit switches shall be provided to acquire the mechanical locking status at the stopping
positions of FPS boom for propellant and tangential radiography. (Limit Switches: 2
numbers- Digital Inputs).
(j) Limit switches (With Redundancy) shall also be provided to acquire the positional status of
FPS Boom for propellant and Tangential radiography. (Limit Switches: 4 Numbers-Digital
Inputs).
49
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
(o) All respective digital inputs and outputs from Safe area and Hazardous area shall be
interfaced with suitable Profibus based interface modules.
(p) No converters are allowed in between PLC and Drives/Encoder/Interface module for the
Profinet and Profibus Communication. (In case of requirement prior approval to be obtained
from Purchaser)
4.1.6 OTHER INSTRUMENTS
(a) Suitable pneumatic pressure sensors / transducers shall be provided for the measurement
of pneumatic line pressure in connection with film loading & unloading operations.
(b) Suitable numbers of solenoid valves (Reputed make and with redundancy) shall be
provided for activation of loading and unloading of the cassette holder frames (Digital
outputs).
4.2 END SUPPORT SYSTEM (ESS)
4.2.1 ESS Y-TRAVEL
(a) ESS Y-Travel shall involve four proximity sensors to be mounted at the four corners of the
ESS Y-Table. Among these, two sensors will be used as redundancy measure for sensing
the extreme position and two other sensors for sensing the parking or home position with
similar redundancy (Proximity sensors: 4 Numbers-Digital Input).
(b) An ex-proof absolute encoder with intrinsic safe profinet Communication shall be mounted
suitably.
(c) All the Digital Input and Output signals from the ESS Y system located in hazardous area
shall be acquired suitably.
(d) Appropriate number of flame proof junction boxes with terminal blocks for control cables
of length 160 m (approx.) shall be provided.
(e) Control cables with suitable interfacing length shall be provided for all motions and
Proximity sensors.
(f) Suitable Control cables shall be provided for interfacing with VFDs and PLC with Profinet
communication.
(g) Encoders shall be connected through IS based Profinet communication via intrinsic safe
profinet cable along with connectors.
(h) Motor brake release feedback shall be acquired from motor’s brake with suitable terminal
block adjacent to Brakes.
50
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
(j) Motor brake release feedback shall be provided as Digital Inputs from both Motor’s brake
& respective motor’s drive.
(k) All respective digital inputs and outputs from Safe area and Hazardous area shall be
interfaced with suitable Profibus based interface modules.
(l) No converters are allowed in between PLC and Drives/Encoder/Interface module for the
Profinet and Profibus Communication. (In case of requirement prior approval to be obtained
from Purchaser)
4.2.2 ESS Z-SLIDE
(a) ESS Z-Slide Travel shall involve 4 proximity sensors. Two sensors (with redundancy) for
sensing the extreme position and two sensors for sensing the parking position of the Z-Slide
(Proximity sensors: 4 Numbers-Digital inputs).
(b) An ex-proof absolute encoder with intrinsic safe profinet communication shall be mounted
suitably.
(c) All the Digital Input and Output signals from the ESS Z system located in hazardous area
shall be acquired suitably.
(d) Appropriate number of flame proof junction boxes with terminal blocks for control cables
of length 160 m (approx.) shall be provided.
(e) Control cables with suitable interfacing length shall be provided for all motions and
Proximity sensors.
(f) Suitable Control cables shall be provided for interfacing with VFDs and PLC with Profinet
communication.
(g) Encoders shall be connected through IS based Profinet communication via intrinsic safe
profinet cable along with connectors.
(h) Motor brake release feedback shall be acquired from motor’s brake with suitable terminal
block adjacent to Brakes.
(i) Motor brake release feedback shall be provided as Digital Inputs from both Motor’s brake
& respective motor’s drive.
(j) Limit switches shall be provided to acquire the mechanical locking status at the stopping
positions of ESS Z-Slide for propellant and tangential radiography. (Limit Switches: 2
numbers- Digital Inputs).
51
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
(k) Limit switches (With Redundancy) shall also be provided to acquire the positional status of
ESS Z-Slide for propellant and Tangential radiography. (Limit Switches: 4 Numbers-
Digital Inputs).
(l) No converters are allowed in between PLC and Drives/Encoder/Interface module for the
Profinet and Profibus Communication. (In case of requirement prior approval to be obtained
from Purchaser)
(m) All respective digital inputs and outputs from Safe area and Hazardous area shall be
interfaced with suitable Profibus based interface modules.
However, any additional cables shall be provided as per project requirements without any additional cost.
4.3 The process automation system (DACS-Data Acquisition and Control System) shall
acquire data from various types of field instruments, 3rd party devices and execute the
control as per sequence given in user requirement document (URD), provide operation
through SCADA based GUI.
52
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
4.4 Overall Configuration:
Note: Kindly treat as tentative configuration, however the final configuration will be derived during the project implementation.
53
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
4.5 The PLC system
The PLC along with all the signal modules will be used for the interfacing with all the field instruments of the FPS and ESS field instruments. The PLC shall acquire all the Drives and Encoders data for Control the subsystems motion and Acquiring the Position respectively. The PLC systems also should be interfaced with the existing Win CC based SCADA systems (Win CC Version 7.4; Make; Siemens).
(a) Supply, installation, testing and commissioning of PLC components like CPU, communication modules, power supply modules, I/O modules, 3rd party interface devices, Drives, interface modules and associated PLC accessories as per suitable process requirement & Control system configuration.
(b) I/O’s configured as remote interface to be connected to PLC is given in the configuration drawing. However, additional modules, cables, connectors, isolators shall be provided as per project requirements without any additional cost.
(c) Minimum List of field Instruments:
S.no
Process Instruments Quantity to be
installed (Approx) Spare
Total
1 Limit Switch 25 5 30 2 Proximity Sensors 30 6 36 3 Absolute Encoder with Profinet Communication 8 2 10 4 CCTV IP CAMERA’S 3 1 4 5 NVR (Video Recording) 1 1 2 6 IS based HMI 2 0 2 7 Pressure switch 2 1 3 8 Photo Sensor 9 3 12
(d) All digital input signals shall be wired for monitoring the status of command relay,
ON/OFF valves, Emergency Pushbuttons, Proximity sensors, & Limit switches etc.,
(e) All digital output commands shall be wired for operating solenoid coils (ON/OFF valves), Lamps, Hooters and other miscellaneous devices.
(f) All the field instruments like Encoder, Drives, HMI data etc., shall be provided for measurement and control with Profinet, industrial Ethernet interface respectively.
(g) Separate Local Area Network interface cards for PLC to SCADA server communication shall be provided.
54
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
4.6 The SCADA system;
(a) All the communication between SCADA server (existing available with purchaser; WinCC Version 7.4, Make: Siemens; WinCC Version 7.4, Make: Siemens) to PLC, SCADA server to SCADA clients shall be provided with dual redundancy. The supplier must make prior approval before selecting the client software.
(b) The approximate count of SCADA tags (including 3rd party devices data, simulation, override, scaling, diagnostics etc.,) are 1,000 Nos.
(c) The Client should be compatible with the existing Server.
(d) Sub-system wise mimic screens to monitor the process status and real time operations (25 numbers).
(d) Sub-system wise I/O screens for loop checking, simulation and scaling (100 numbers).
(e) MMI-PLC-IO network configuration screens with essential diagnostic information and messages (10 nos).
(f) Diagnostics screen for PLC hardware components, 3rd party devices, transmitters and control valves etc., with faceplates for each device.
(g) User administration with access rights shall be provided.
(h) Events, Alarms logging and Trend screens shall be provided with sub-system wise filter.
(i) Min. 500ms data logging interval for essential critical parameters. (j) Min. 1 sec logging interval for all other parameters (1000 tags). (k) Trends data export to MS Excel (.xls) and pdf format. (l) Alarms & Events shall be logged separately. (m) Sub-system wise filtration option shall be provided. (n) Logging shall be as per user defined format, (o) Reports shall be generated for logged data, alarms & events as per the user defined formats. (p) From- & To- date and time shall be user selectable. (q) Time interval shall be user selectable. (r) Options to export data in MS Excel, MS Access, SQL formats. (s) Print report option shall be provided. (t) Any other screens as per the user requirement. (u) LAN network of SCADA clients shall be integrated with the existing SPP dual LAN network. (t) User friendly messages and pop-up windows for guiding the operator on steps of
operation, warning, alarm & trip conditions etc. (u) 3rd party devices health status to be displayed on Client stations.
55
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
4.7 Data Acquisition & Control System (DACS) programming;
a.) DACS (PLC & SCADA) programming shall be developed as per IEEE 12207 standard. User requirements document (URD) will be provided after award of the contract.
The software shall comprise of the following modules.
i) Environment software:
(1) Environment software comprising of PLC hardware configuration, I/O acquisition, simulation tags for all I/O’s, main or redundant signal override function, scaling function etc.
(2) The acquired I/O’s are to be validated by taking into account of concerned channel diagnostics data, channel discrepancy and simulated value etc.
(3) System diagnostic software includes PLC CPU, I/O & 3rd party communication, LAN and I/O cards health status.
(4) The software will be thoroughly reviewed & tested during pre-delivery inspection (Factory Acceptance Test-FAT) by Purchaser.
ii) The application (process control) software:
The application software design shall be carried out based on URD and
submit for review & approval by department.
The application software shall be developed covering the following general requirements
(1) The process control shall have 3 modes of operation: Discrete MMI Mode,
Discrete LPBS Mode, Maintenance Mode.
Provision to be given to STOP the running program or jump to next step
or any step using Soft keys in SCADA drop down Menu.
Initial conditions, running interlocks, surveillance checks etc,
Failure cases, contingency conditions (process pause/resume, termination) etc
Maintenance mode to be enabled when both of the above modes are not in use. In this mode of operation all individual components to be operated without interlocks.
However, the final configuration will be provided during the software design phase.
b. Safety & interlocking systems.
i) Necessary safety features and interlocks to be provided to ensure the safety of operator and the safety of FPS & ESS system. The surveillance safety interlocks which are active in all modes of operation.
ii) Interlocks during process
56
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
1. During FPS X forward motion, Two Consecutive Photosensor should not be activated. The FPS motion shall be stopped with activation of Photosensor located at the tip of the FPS Boom.
2. For FPS X & FPS Y motion, FPS Z & ESS Z Travel mechanical interlock should be activated.
3. FPS Loader/Unloader Chamber should not move down if FPS FL Down Limit switch & FPS Boom got activated.
4. Cassette Slide should not move forward or reverse if Loader or Unloader aren’t at home position.
5. FPS & ESS all motions should be stopped as per set points provided from SCADA or IS HMI based on Mode Selection.
Note: Complete interlock details will be provided during Software design phase.
iii) Emergency push Button:
1. Software Emergency.
2. Hardware emergency at Operator console: The Emergency push button provided in control console shall be hardwired with incoming circuit breaker trip circuit. When pressed, put off all the feeder power of FPS & ESS system.
3. Hardware emergency at Local IS HMI panel: when this Emergency push button is pressed, this shall trip MCCB of FPS & ESS system.
iv) All the unsafe conditions mentioned above shall be provided as visual indication in control panel.
v) Steps in DACS software development, review & testing;
• Submission of environment software design document (Version 1) for approval from Purchaser. (However Final Software documents shall be provided after the handing over of the project)
• Development of environment software by bidder at site.
• Review & testing of environment software by bidder & Purchaser.
• Modify/update environment software based on review, documents and submit to Purchaser for approval.
• URD document for application software design will be given by Purchaser, if any modifications are required, same shall be carried out by bidder.
• Submission of application software design documents (SRD, SRS, SDD and SCADA design documents) shall be submitted to Purchaser for approval.
• Application software development & testing by bidder.
• Submission of test case (black & white box with nominal & off-nominal test cases) documents for Purchaser review & approval.
• Review & testing of application software by bidder & Purchaser at site.
57
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
• Modify/update application software, documents (including URD) and submit to Purchaser for approval.
vi) Carry out trial runs of individual sub-systems, simulation and dry runs of integrated system for FPS & ESS systems. Process trials and live process shall be carried out jointly by bidder and Purchaser.
vii) Modify/update environment and application software for fine tuning during system commissioning and update documents, then submit to Purchaser for approval.
viii) After successful testing & commissioning, the source code should be handed over to purchaser.
c. Control Console;
i) One number of control console shall be provided with elegant, modular, aesthetic and state of the art design. The console shall house engineering stations, operator stations (SCADA-Clients), Human Machine interface (HMI-Intrinsically safe thin client), Linac console (2 Numbers), CCTV monitors, Keyboard & Network based video recorder and associated items like Emergency push button, telephones etc. The console & chairs design and color etc., shall be submitted for approval prior to procurement.
(1) Control console - 1 No.
(2) Emergency push button with key -1No.
(3) Ergonomically designed, Executive type, revolving chair with wheels – 8 Nos.
d. Power supply system
i) Supply, Installation & commissioning of parallel redundant 230V AC Uninterruptible Power Supply (UPS) system and 230V AC power distribution panel with suitable surge protection devices (SPD) shall be provided as per datasheet.
ii) Supply, installation and commissioning of diode OR-ed redundant 24V DC power supplies and 24V DC power distribution shall be provided.
iii) Status monitoring for the following shall be provided and wired to DACS.
• ON/OFF status of UPS input/ output MCCB/ MCB. • ON/OFF status of critical MCBs in AC & DC PDB. • UPS output load current & voltage. • Battery banks voltage.
e. CCTV system
i) Supply, installation, testing and commissioning of 4 Nos. of CCTV (with PTZ provision) cameras (2 numbers of Dome shaped camera) and suitable network video recorder.
ii) Supply, laying and interfacing of camera (video signal), Ethernet & power cable, NVR and associated accessories is in the scope of this contract.
58
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
iii) Configurations, Cameras and other accessories to be procured with the prior approval of SDSC SHAR.
f. Miscellaneous items
i) Supply, laying, termination & testing of Control, Signal, Data cables is in the scope of Bidder.
ii) All the miscellaneous items like instrument fittings, cable glands, lugs, terminal blocks & internal wirings required for realizing the above scope of works are in the scope of Bidder. Bidder shall obtain approval prior to procurement of the above items for its make & model (refer list of approved vendors).
iii)The cables within the buildings shall be laid over perforated type, modular SS cable trays with SS cover. Preformed bends/ reducers/Tees only shall be used as per actual requirement. Supply & installation of these trays are in the scope of Bidder.
iv) Earthing:
(1) Instruments shield earth shall be connected to instrumentation earth strip provided by department at instrumentation panel room using insulated copper cable by Bidder.
(2) Panel body earth shall be connected to power earth strip provided by department at concerned area.
(3) In addition to the above, if any special earth pits (like dedicated earth for special control cable’s shield/ UPS etc.,) are required as per OEM recommendation, same shall be provided by the bidder as per standard.
v) All inter cubical and internal wiring for all Control Panels shall be carried out with 1100V grade, stranded tinned copper conductors with HFFR insulation. The minimum size of the stranded copper conductor used for the panel wiring shall be 1.5 mm2 for 24 VDC control commands. For power supply, the conductor size shall be provided as per the load rating (min. 2.5 sq. mm for 230 V AC and 1.5 sq.mm. for 24 V DC). Control & Power wiring shall be segregated and routed in PVC troughs. Suitable color coding shall be provided for cables.
vi) Engraved core identification plastic ferrules, marked to correspond with the panel-wiring diagram shall be fitted at both ends of each wire. Cross ferruling shall be done. Crimped pins/lugs shall be provided.
vii) All necessary cable terminating accessories such as removable gland plates, compression glands, supporting clamps and brackets, wiring troughs and gutters, etc. shall be included in the Supplier’s scope of supply.
viii) Supply & installation of wall mounted LED TV as per the following specifications:
i. Make: Toshiba/ Sony/VU/LG/Panasonic. ii. Size: minimum 50 inch (diagonal size). iii. Inputs: PC, video & HDMI inputs. iv. Resolution: 1280X1028 or better (for PC input). v. HDMI/VGA splitter: Required for viewing MMI data.
vi. HDMI/VGA switcher: Required to select between MMIs. vii. All associated cables (VGA & HDMI) & accessories. viii. Quantity: 2 Nos.
59
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
g. Other Terms & Conditions:
i) Bidder shall obtain clearance for panel engineering drawings, I/O wiring schemes and Technical specifications of all the items from Purchaser prior to the commencement of supply, erection and commissioning activities.
ii) Much care has been taken in arriving the list of equipment’s and quantities, however if any equipment or components which is not mentioned explicitly but essentially required for the completion of system is in the scope of the Bidder.
iii)The configuration of major bought out items like PLC, SCADA, CCTV, etc., shall be reviewed and vetted by original equipment manufacturer (OEM). If any of the item supplied as part of this contract is not meeting the system requirement or any compatibility/ interface issues with other systems are found at any stage of the project, same shall be replaced with suitable items without any additional cost.
iv) Bidder shall employ an authorized & reputed system integrator of OEM (Siemens), in case of outsourcing DACS works. This system integrator shall be approved by Purchaser.
v) Factory Acceptance Test (FAT) procedures (verification of BOM, functional checks, compliance to specifications, load test, burn-in test, environment software testing, diagnostics data, alarms and report generation check etc.,) shall be submitted to Purchaser for approval.
vi) The following items will be inspected by department at factory before dispatch (FAT) in case of 3rd party sources. The necessary test set up and test equipment’s shall be arranged by supplier,
(1) UPS. (2) 24V DC power supply modules. (3) All panels & control consoles. (4) All types of cables.
vii) After delivery of items to site, the installation works shall be taken up after obtaining site clearance from Purchaser.
viii) Site Acceptance Test (SAT) procedure shall be submitted to Purchaser for the approval prior to inspection.
• BOM verification.
• Functional checks, compliance to specifications, load test and burn-in test of all items.
• I/O loop End to End checks, line calibration and environment software validation.
• DACS software testing including failure modes, validation of diagnostics data, event & alarms log view, data logging, report generation etc.,
• Trial runs with nominal & off-nominal cases.
• Endurance testing of 72 hours to be carried out for the Entire DACS System.
60
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
ix) After completion of installations, testing and commissioning, Site Acceptance Test at SPP will be carried out.
x) Bidder shall employ minimum 2 persons for 120 days after commissioning for fine tuning/ to carry out modifications in DACS and training the operators. Both should have thorough knowledge on PLC & SCADA systems and worked for this project. Accommodation and transportation for them is in the scope of Bidder.
xi) During the warrantee period, the bidder has to arrange for periodical maintenance once in every four months and unlimited breakdown calls and replacement of failed/ malfunctioning components without any additional cost.
xii) List of documents to be submitted (1 sets of soft & 3 set of printed copy);
• Full set of as built drawings (system configuration, GA, as built wiring, cable layout, instrument layout etc.,).
• Software design documents, test case documents, contingency procedures and operational check lists.
• Final BOM with make & model number. • All technical catalogues and datasheets of all items. • All test results (Internal tests by vendor, FAT, software test results, SAT etc.,). • Warranty certificates. • Passwords/ Licenses/ Operating keys etc., • Any other relevant document not listed above.
xiii) No converters are allowed while interfacing with the 3rd party devices.
General Terms:
a. The party shall provide overall general arrangement of the Control & Automation
Systems & sub system with all major activities.
b. Technical documents to be furnished by successful bidder.
A) Following drawings is to be provided after placement of order: -
1. Cable laying schemes for all the instrumentation & control systems
equipment’s; detail layout for review / comments & approval.
2. Wiring diagram of the instrumentation & drive systems; Drawings to be
reviewed/ comments & approval
3. GA drawing of sub-system & sub-assembly & major components
4. Foundation drawing of Auxiliary system (If required)
61
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
B) Following drawing/details to be submitted during course of realization for approval
1. Electrical & Instrumentation cables routing with schedule.
2. All instrumentation panel drawings including auxiliary systems, if any
3. Schedule/rating of Instrumentation & specifications
4. Details of Remote Control Panel & Local Control Panel.
5. PLC & SCADA configuration details.
6. List of process parameter & their details.
c. Required handling systems for transportation and erection at site.
d. Submission of Quality Assurance Plan.
e. Clearance from Purchaser for any activities.
f. Packing and forwarding machine, subsystems, spares, accessories and other materials
to site.
g. Upon the clearance from Purchaser for site erection, supplier has to erect all the
materials/equipment’s.
h. Providing all other material handling equipment required for site erection of machine
and other subsystems.
h. The fully commissioned machine and its subsystems are to be subjected to Test and
Evaluation by the Purchaser Committee. This is to ensure that machine is meeting all its
intended requirements as per the given specifications. If any deviations obtained shall be
resolved by the tenderer at no extra cost within the scope of the work under this contract.
i. Submission of detailed work break down structure with schedules and resources.
j. Sub system wise inspection and clearance by Purchaser. Supplier shall carry out
inspection at identified stages and the copies of such reports after inspection shall be
forwarded to Purchaser. The original copies of certificates shall be submitted along with
other documents at the time of acceptance testing.
k. Supply of documents and user manuals.
l. The supplier has to provide one-year warranty for the entire system.
62
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
m. The scope of the work is not limited to the above but also include all the requirements
for the fully functional of machine to meet all the requirements regardless of whether
they are explicitly mentioned or not.
n. The supplier shall be given pre-defined time to complete the action points raised during
various reviews such as design review, wiring drawings, etc. The action points have to
be closed within the given time. Otherwise it is considered as delay from supplier side
and time will be considered to impose LD.
5.0 PLC POWER SUPPLY ITEMS
(a) DC power supply (reputed make) with redundant configuration of suitable ratings shall be
provided for the PLC processor modules.
(ii) DC power supply (reputed make) with redundant configuration of suitable ratings shall be
provided for the PLC input and output modules.
(iii) AC power supply shall be provided to all the operating stations and PLC accessories
through UPS (Uninterrupted Power Supply) with parallel configuration along with servo
systems. The rating of the UPS to be supplied by the supplier shall be selected such that it
does not load more than 80% of the rating. UPS, Servo and batter bank status, voltage &
current monitoring to be acquired by PLC with suitable communication protocol.
6.0 EX-PROOF CAMERAS AND CCTV SYSTEMS (a) Two numbers of Ex-proof Camera shall be provided for the surveillance of Exposure Hall.
These cameras shall be mounted at the user selected locations on the concrete walls of
the Exposure hall.
(b) One number of Ex-proof Camera shall provide at the top of FPS system for surveillance.
(c) Two numbers of latest 51"Monitors with two numbers of Smart DVR of suitable memory
size and two numbers of smart keyboards shall be provided.
63
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
7.0 FIRE DETECTION AND ALARM SYSTEMS
The FDA system proposed shall be Automatic, Addressable, Analogue/Intelligent type system
consisting of analogue addressable detectors, intrinsic safe conventional detectors, manual
call points / pull stations, hooter / sounders, and compatible solid state addressable panel
along with interconnecting cable and FM200 / HFC227ea fire suppressant gas cylinder with 2
kg gas as per the specifications.
8.0 PULL CHORD SWITCH:
25 numbers of Ex-proof pull cord switches (Along with 5 more as a spare) to be supplied and
installed to respective locations. The switches shall interface with the suitable junction box
which interfaces with Linac System.
9 WORKS UNDER PURCHASER’S SCOPE
4.8 Clearance for Quality Assurance Plan
4.9 Clearance for manufacture of machine and its subsystems
4.10 Stage inspections or third-party inspection.
4.11 Pre-delivery / dispatch inspection.
4.12 3φ phase feeders for UPS.
4.13 Instrumentation & power (Panel) earth pits, telephones, wireless sets.
4.14 SCADA Server systems (WinCC Ver 7.4, Make: Siemens).
64
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
SECTION –D SPECIFICATIONS
65
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
1. 0 Technical specifications (Data sheets)
• Supplier shall supply the material as per mentioned specifications. The specifications
provided are indicative, however; party shall comply the similar or better specified
components during the project commissioning state with the concurrence of Purchaser.
• The quantities mentioned in the lists are indicative, however supplier shall provide the
additional components as per project requirement.
• The supplier has to take prior approval from SDSC SHAR before procuring any
components/equipments.
Item Description
Qty
(Tentative) Unit
PLC Components 1 PLC RACK, CENTRALIZED AND DISTRIBUTED WITH 2
X 9 SLOTS
1 unit
2 POWER SUPPLY 10A, WIDERANGE, 120/230V UC, 5V
DC/10A, FOR REDUNDANT USE
2 unit
3 CENTRAL UNIT , 5 INTERFACES: 1X MPI/DP, 1X DP,
1X PN AND 2 FOR SYNC MODULES 4 MB MEMORY
(2 MB DATA/2 MB CODE)
1 unit
4 COMMUNICATION PROCESSOR; 2 X 10/100 MBIT/S
(IE SWITCH); RJ 45 PORTS; ISO; TCP; UDP;
PROFINET-IO CONTROLLER; S7-COMMUNCATION;
OPEN COMMUNICATION (SEND/RE- CEIVE); S7-
ROUTING; IP-CONFIGU- RATION VIA DHCP/BLOCK;
IP ACCESSS CONTROL LIST; TIME-
SYNCHRONISATION; EXTENDED WEB-DIAGNOSIS;
FAST STARTUP; PROFIENERGY SUPPORT
1 unit
5 RAM MEMORY CARD FOR CPU, 8 MBYTES 1 unit
6 BACKUP BATTERY 3.6 V/2.3 AH FOR POWER SUPPLY
OF 4A/10A/20A AND POWER SUPPLY OF
4A/10A/20A
4 unit
7 BUS CONNECTOR FOR PROFIBUS UP TO 12 MBIT/S
90 DEGREE ANGLE CABLE OUTLET, IPCD TECHOLOGY
FAST CONNECT, WITH PG SOCKET 15,8 X 59 X 35,6
MM (WXHXD),
2 unit
8 DISTRIBUTED I/O FIELD DEVICE LINK RS485-IS
COUPLER,FIELD BUS COUPLER BETWEENPROFIBUS
DP AND RS485-IS,TO HEADING FOR
INTRINSICALLYSAFE PROFBUS
PARTICIPANTS,INSTALLATION IN EX-AREA2,FOR
EXPANDED TEMPERATURE RANGEPROTECTION
CLASS IP20
2 unit
66
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Remote IO for Safe Area
9 24 V/5 A STABILIZED POWER SUPPLY INPUT:
120/230 V AC OUTPUT: 24 V/5 A DC
2 unit
10 REDUNDANCY MODULE INPUT/OUTPUT: 24 V/40 A
DC CAN BE USED FOR DECOUPLING OF 2 SITOP
POWER SUPPLIES WITH 20 A MAX. OUTPUT
CURRENT EACH
1 unit
11 RAIL FOR INTERFACE MODULE 620 MM LONG FOR
BUS MODULES FUNCTION: INSERT/REMOVE
1 unit
12 INTERFACE MODULE IO HIGH FEATURE , SUPPORTS
FAIL SAFE MODULES, HART MODULES SHARED
DEVICE, MEDIUM REDUNDANCY PROTOCOL
1 unit
13 DIGITAL INPUT MODULE, OPTICALLY ISOLATED
32DI, 24 V DC, 1 X 40 PIN
2 unit
14 DIGITAL OUTPUT MODULE, OPTICALLY ISOLATED,
32DO, 24V DC, 0.5A, 1 X 40 PIN, SUM OF OUTPUT
CURRENTS 4A/GROUP (16A/MODULE)
2 unit
15 HART ANALOG INPUT MODULE , 8 AI, 0/4 20MA
HART,14 BIT, CMRR : 100 dB.
1 unit
16 HART ANALOG OUTPUT MODULE , 8AO, 0/4 - 20MA
HART, 14 BIT, CMRR : 100 dB.
1 unit
Remote IO Hazourdous Area
17 RACK RAIL=585MM FOR INSTALLATION
FROMET200ISP IN 650MM CABINET
1 unit
18 POWER SUPPLY MODULE 24VFOR ET200ISP 1 unit
19 INTERFACE MODULE FOR STANDARD
ANDREDUNDANT OPERATION
1 unit
20 8 DI NAMUR 10 unit
21 4 DO, DC 17.4V/40MA,"L"-SHUT DOWN 5 unit
Client Software
22 SUITABLE SOFTWARE (128 POWER TAGS)
SOFTWARERT RUNTIME-SW ,SUITABLE TO EXISTING
WINCC VER 7.4 SIEMEN’S, SINGLE LICENSE, SW AND
DOCUMENTATION ON DVD,LICENSE KEY ON USB
STICK,CLASS A,5-LANGUAGES
(DE,EN,IT,FR,SP),EXECUTABLE UNDER WINDOWS7
PROF/ENT/ULT +SP1 (32 BIT)/7 PROF/ENT/ULT +SP1
(64 BIT)/8.1 PROF/ENT (32 BIT)/8.1 PROF/ENT (64
BIT)/10 PROF/ENT (64 BIT)/SERVER2008 R2 +SP1 (64
4 unit
67
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
BIT)/SERVER 2012 R2 (64 BIT)
23 REDUNDANT NETWORK ACCESS, NETWORK ACCESS
SOFTWARE FOR PRP NETWORK STRUCTURES;
INTEGR. SNMP FLOATING LICENSE RUNTIME
SOFTWARE, SOFTWARE AND ELECTR. MANUAL ON
DVD, LICENSE KEY ON USB STICK; CLASS A; 2
LANGUAGES (DE, EN); FOR 32/64 BIT: WINDOWS 7
SP1 PROF./ ULTIMATE, 64 BIT: WINDOWS 8.1 PRO;
WINDOWS 10; SERVER 2008 R2 SP1, 2012 R2
4 unit
Engineering Software Components 24 SUITABLE LATEST PLC SOFTWARE, FLOATING LICENSE
FOR 1 USER E-SW, SW AND DOCU. ON DVD, LICENSE
KEY ON USB-STICK, CLASS A, 5 LANGUAGES
(GE,EN,FR,IT,SP), EXCECUTABLE UNDER WINDOWS
SERVER 2008 R2 SP1, WINDOWS SERVER 2012 R2,
WINDOWS SERVER 2016, WINDOWS 7 SP1,
WINDOWS 10 PROFESSIONAL, WINDOWS 10
ENTERPRISE REFERENCE-HW: S7-300/400, C7
1 unit
25 SUITABLE LATEST SOFTWARE FOR REDUNDANT
NETWORK ACCESS, NETWORK ACCESS SOFTWARE
FOR PRP NETWORK STRUCTURES; INTEGR. SNMP
FLOATING LICENSE RUNTIME SOFTWARE, SOFTWARE
AND ELECTR. MANUAL ON DVD, LICENSE KEY ON
USB STICK; CLASS A; 2 LANGUAGES (DE, EN); FOR
32/64 BIT: WINDOWS 7 SP1 PROF./ ULTIMATE, 64
BIT: WINDOWS 8.1 PRO; WINDOWS 10; SERVER 2008
R2 SP1, 2012 R2
1 unit
SCADA Server & Client Components
26 ENGINEERING STATION PC 1 unit
27 OS SCADA CLIENT STATION PC 2 unit
28 EX PROOF OPERATOR STATION (SCADA CLIENT) 2 unit
29 MANAGED NETWORK SWITCH,
MANAGEABLE LAYER 2 IE-SWITCH 8X 10/100
MBITS/S RJ45 PORTS 1X KONSOLEN-PORT
DIAGNOSTICS-LED REDUNDANT POWER SUPPLY
TEMP.-RANGE 0 DGR C UP TO +60 DGR C; DIN RAIL
MOUNTING PROFINET IO-DEVICE ETHERNET/IP-
CERTIFICATE DEFAULT PROFINET
68
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Panels and other Accessories
30 RITTAL JUNCTION BOX 10 unit
31 RITTAL EX PROOF JUNCTION BOX 2 unit
32 CONTROL CONSOLE 1 unit
33 SERVER PANEL 1 unit
34 NETWORK PANEL and CCTV Panel 1 unit
35 PLC CONTROL PANEL 1 unit
36 FO Cable 500 Meters
37 L2 Netowrk switch 6 unit
38 UPS 1 unit
39 230VAC & 24VDC PDB Panel 1 unit
40 Relays 200 unit
41 Monitors 3 unit
Interface Components
42 Analog output barriers 8 unit
43 Digital input barriers 16 unit
44 Digital output barriers 16 unit
45 Analog input barriers 16 unit
Supply of Cables
46 ALL CABLES 1 unit
47 TRAYS AND ACCESSORIES 1 lot
Supply of Pull Cords
48 PULL CORD SWITCHES 25 unit
49 TRAYS AND ACCESSORIES 25 lot
CCTV system
50 EX-PROOF WITH PTZ EX CAMERA 3 unit
51 NETWORK VIDEO RECORDER 1 unit
52 CCTV MONITOR (55") 2 unit
53 CCTV MONITOR (27") 2 unit
54 ALL CABLES TRAYS 1 lot
Fire Alarm System
55 FIRE ALARM SYSTEM WITH 2 FIRE PANELS AND x SD,
X MCP
1 unit
69
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Table 1. Specification of Programmable Logic Controller
Description Essential Specification
Specifications
PLC suitable for Hot Stand by Configuration. (Make: Siemens/Schneider etc). 5 Interfaces: 1X MPI/DP, 1X DP, 1X PN and 2 For Sync Modules 4 MB memory (2 MB DATA/2 MB code)
Type Hot standby CPU
Location CPU racks shall be mounted in two separate panels and these panels shall be located in Instrumentation Panel Room.
CPU rack power supply Main & Redundant CPU rack shall have 2 Nos. of power supply modules in redundant configuration in each rack.
Interface for communication between PLC to I/O modules & 3rd party devices.
1) Add-on card required to support redundancy in each CPU rack.
2) Communication technologies like; Profinet/ Ethernet shall be used as per OEM standard.
3) These interfaces shall acquire data from other microprocessor-based systems like Drives, Encoder etc.
4) Bus/Ring topology. 5) Max. 8 Nos. of I/O modules per rack.
Synchronization between CPUs
FO communication between CPUs shall be provided. Hot standby CPU shall support Event synchronization for bump less transfer.
Programming and downloading to PLC
• Any other necessary license required to configure PLC-to-peripherals communication shall also be provided.
Quantity 1 No (Provision for hot standby configuration).
Table 2. Supervisory Control And Data Acquisition system (SCADA)
Description Essential Specification
Manufacturer Suitable Client software interfaced with existing SCADA WinCC Software.
Type Data acquisition, Control & Process monitoring. Operating system Windows server latest edition Essential Features: -
1. SCADA shall support Ethernet communication to PLC as per proposed configuration. 2. Interfaced with existing Hot standby SCADA server-client configuration. 3. Mimic refresh rate shall be less than 1 second for a density of minimum 128 power
tags. 4. Shall support minimum 4 Nos. of simultaneous client access. 5. Real time & Historical data trends display, 6. Data logging & Report generation in user prescribed format (excel, pdf). 7. Tags (PLC & Third party device tags). 8. Alarms & Events Logging. 9. Access security management.
70
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Table 3. Engineering station
Description Specifications Manufacturer DELL/ FUJITSU/ HP Processor Intel Xeon processor eight core or more. Hard disk capacity 1TB SATA HDD. Memory (RAM) 32 GB ECC DDR4 RAM. Drive controller Integrated or add-on SATA controller.
Network Interface card • 2 x 1Gbps. • Redundant network access software with licence for PRP network structure.
Removable media Blue ray disc drive. Graphics 8 GB graphics card with quad HDMI. Cables HDMI cables are to be provided. Expansion slots One slot for graphics and two slots free. I/O ports and connectors 4 Nos. USB Power supply 230V AC, 50Hz Indian power cords to be supplied.
Operating system Licensed version of Windows 7 (64 bit) ultimate or latest (Compatible with SCADA version).
Monitor 27” - LED Supported resolution 1920x1080 and above.
Keyboard Standard qwerty full stroke type Optical Mouse Standard with scroll. CD’s for all software & drivers Required. Quantity 1 No.
71
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Table 4. Process monitoring stations (SCADA non Ex-proof clients)
Description Specifications Manufacturer DELL/ FUJITSU/ HP Processor INTEL i7 processor - 4 core or latest. Hard drives 1TB SATA HDD Drive controller Integrated or add-on SATA controller.
DDR RAM 8 GB DDR4 (2 x 4GB)
Network Interface (Ethernet) card
• 2 x 1Gbps. • Redundant network access software with licence for PRP network structure.
Graphics 4 GB graphics card with quad HDMI. HDMI cables are to be provided.
Optical Drive Blue ray disc. Power supply 230V AC, 50Hz Indian power cords to be supplied.
Operating system Licensed version of Windows 7 (64 bit) ultimate or latest (Compatible with SCADA version).
Monitor 27” - LED Supported resolution 1920x1080 and above.
Keyboard Standard qwerty full stroke type Optical Mouse Standard with scroll. CD’s for all software & drivers
Required.
Quantity 2 Nos.
72
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Table 5. Field operator station - HMI panel PC (SCADA thin clients; Ex-proof)
Description Specifications Manufacturer Siemens/ Schneider.
Design Idustrial type Touch screen Panel PC built in unit with protective enclosure suitable for Zone1 operation.
Front Display Minimum 19" touch screen display with 8 function keys.
Processor Intel Atom N270 with 1.6 GHz or As per OEM Main memory 1 GB DDR2 SDRAM or better Operating system Windows 10 Enterprise 2016 LTSB Mass storage Minimum Hard disk 100 GB.
Power supply 230AC/ 24V DC
Interfaces Ethernet: 100 Mbit Ex e. Serial: 1 x RS232 or 1 x RS422/485
Relative humidity 90% at +40 °C, no condensation. MTBF backlight 50 000 h
Enclosure • Stainless steel, support arm including coupling for
rotation and Hight adjustment. • 1 Nos. of emergency PBs.
Ambient temperature during operation
-20 °C ... + 50 °C, (cold start -10 °C) with optional auxiliary heater down to -30 °C
Keyboard IP66 at front, IP65 at rear, IP66 in protective enclosure CD’s for all software & drivers
Required.
Quantity 2 Nos.
Table 6. Specification of 230V AC Uninterruptible Power Supply (UPS)
Description Essential Specification Make Numeric/ APC Converter
Converter technology Switch mode rectifier/ Phase controlled rectifier/ IGBT
Output characteristics DC- Constant voltage & Constant current Power device IGBT
Protection Advanced electronic protection for device safety backed up with MCBs/MCCBs and fast acting fuses. Soft start for 0-20 secs, power walk-in.
Input power factor ˃0.95 with harmonic suppression or better Inverter
73
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Table 7. Specification of 24 V DC power supply (DCPS)
Description Essential Specification Make Siemens, PULSE, APC, Lamda, Aplab Input voltage 230 V AC ± 10%, 50 Hz
Output voltage 24 V DC ± 20% variable by multi-turn potentiometer & output to be isolated from input.
Output current Continuously variable by current limit control
Overload & short circuit protection type
Required
Technology Digital SPWM IGBT design
Output voltage, Frequency & Waveform
Single phase, 230V AC, 50Hz ± 0.1%, Pure Sine wave
Switching frequency 12-24 kHz
Harmonic distortion THD < 2% for linear loads, THD<5% for non-linear loads.
Efficiency 85 to 92% or better
Crest factor 3:1
Overload 150% for 1 min and 125% for 10 min.
Power factor 0.6 to Unity or better
Power device IGBT
Protection
Advanced electronic protection for device safety backed up with MCBs/MCCBs and fast acting fuses. High speed pulse blanking. Electronic over voltage/under voltage protection. Electronic over current trip with reset.
General
Redundancy configuration 2 Nos. of UPS in Parallel redundant configuration with servo stabilizers.
Bypass line conditioners Isolation transformers and servo stabilizers shall be provided.
Auto retransfer Required.
Communication interface
1. RS232 port for software interface 2. SNMP Management (Web enabled interface) 3. Parallel port for communication with other
UPS in N+1 configuration
Battery type Sealed Maintenance Free Lead Acid
Battery backup time One hour @ full load. Individual battery bank for each UPS.
Location Instrumentation panel room
Quantity & Capacity 7.5KVA, 1 set Capacity to be selected such that maximum load will be 60%
74
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Over voltage protection Required
Quantity & Load 2 Nos. refer below Note.
Line regulation ± 0.25% for ±15% variation in AC supply voltage
Load regulation ± 0.25% from No-load to Full-load variation. Ripple 1 mV peak – peak DC current output voltage Fully floating up-to 300 V w.r.t ground.
Front panel (optional)
1. ON / OFF toggle switch 2. Output DC voltage indicator 3. Load current drawn indicator 4. Short circuit protection status 5. Over voltage protection status
Mounting Shall be mounted in DCPS distribution panel at instrumentation panel room.
Operating temperature Ambient to 50° C Note: - The output terminal of the power supply module shall be provided with suitable diode, in-built or external to the power supply. Two such power supply modules (1 set) shall be connected in diode OR-ed configuration for redundancy. Measurement chain – 1 Set (20 A) Command chain – 1 Set (20 A)
Table 8. Specification of Panels/ Junction boxes/ Network enclosures
Manufacturer President/ Rittel/ Valrack/ Adharsha
Service Housing PLC CPU racks, I/O racks, DCPS, Ethernet switches, SCADA Servers, Weight indicators, AC PDB, DC PDB and JBs etc.
Location Control room, Instrumentation panel room, Service room, Casting bay, Rectangular bay & Casting pit.
Type Free standing for panels, Wall mounting for FJBs and N/w enclosures. Cable entry Bottom entry
Door Front door: Transparent glass door. Rear door: Honeycomb perforated type for better ventilation. Concealed type hinges & 180 degree swing.
Painting
• RAL7032 • Powder coating thickness of 80 to 100 microns and powder coating process shall comply to ROHS standards.
• The rack shall be powder coated with a special texture finish to give very good aesthetic appearance & long life.
Earthing strip • Insulated Copper earth strip for Instrumentation shield earth.
• Copper earth strip for body/power earth. Mounting and wiring • Double compression SS glands (FCG, Baliga or
75
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
equivalent)
• Separate TB (Make: Wago) for analog, digital and different voltage level signals.
Lightning and surge protection
• All 230V AC and 24V DC power distribution shall have lightening & surge protection.
• Profibus signal cables, 4-20 mA cables, Ethernet & other control cable shall have suitably rated surge and lightening protection devices.
Enclosure
• Dimensions (WxDxH): 800 x 800 x 2100 mm • Solid all Aluminium frame construction with structures across the X, Y & Z axis with CRCA coverings of minimum 1.2 mm thickness.
• All aluminium frame construction shall have a load carrying capacity of minimum 1000 Kg.
• The cabinet shall be designed with top cover ventilated on all sides along the width and depth thereby enhancing exhaust of hot air via ventilation slots and rear honeycomb type perforation for maximum air circulation.
• Removable side plates of 1.2 mm thickness on both the sides.
• Equipment mounting angles shall be fully electroplated and adjustable depth wise with U marking for height.
• Gland plates thickness : 3mm • Gasket for door & cover: Neoprene • Plugs for spare cable entries: required
Anti-vibration pads 15 mm thickness Blower Required, in each section with brass mesh. Louvers Required, with fine brass wire mesh in each door/section Light Fluorescent lamp Lock & key Modular, compact, spring return and door centre lock.
Spares
• 20 % spare entries to be provided for incoming & outgoing cables.
• 20 % spare for terminal blocks. • 20 % spare space for future requirement.
Table 9. Specification of control consoles
Manufacturer Pyrotech/ThermoTech/Adarsha/Cosmos/Evans/Winstead
Service Housing MMIs (4 Nos.), CCTV (PC & NVR- 2 Nos.), Telephones (1 No.) & wireless sets (1 No.) etc.,
Location Control room
General
• Control consoles shall consist individual modular units of fabricated/ angled section, each designed to be assembled into a complete console structure.
• The consoles shall be fully modular in design and
76
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
construction.
• Consoles shall be ergonomically designed for operator comforts and suitable for housing MMIs, CCTV, Telephones & wireless sets etc.,
• Console system shall have option of being one or two tiers high.
Construction features
• Structure shall be made up of heavy duty Extruded Vertical and Horizontal Aluminum alloy profiles. The Extrusions shall be duly powder coated with minimum 40 microns over all surfaces.
• Console Base Foot surface should be made of Stainless Steel. It should be modular and weld free self-sustainable structure system
• Work surface material shall be Acrylic Solid Surface (ASS/ Corian- min. 12 mm thick) with base made up of minimum 25 mm thick MDF. The top finish shall be fire retardant, Insulated, Water Proof, Scratch resistance and high hardness.
• Mosaic type key operated emergency switches (min 4 nos.) to be incorporated in the console.
• Fixed thermoformed Side Panel in min. 6mm Solid Acrylic on Laminated 12mm MDF Board (±1mm).
• Fixed front door & openable rear door through Lock in min. 6mm Solid Acrylic on Laminated 12mm (±1mm) MDF Board. Rear doors shall have swing arm arrangement.
• Cabinet shall house the CPU Slide out trays for easy accessibility of CPUs, the tray shall have load bearing capacity up to 25 kgs. The CPU tray shall be mounted on 3mm thick gland plate which will have perforations in it for proper ventilation.
• Cable Managers - For routing LAN & Power Cables within the desk.
• Articulated keyboard tray to fix keyboards and shall have various adjustments.
• Articulating die cast Aluminium monitor arm with MS Pole shall be provided for fixing the monitors.
• Comfortable, High Back Chair with Adjustable P.U Arms and revolving with wheels shall be provided. Quanity-10 Nos.
• The design and colour of the console will be decided by department after award of the contract.
• All bolts must be of SS material to avoid rust due to environment. Remaining hardware shall be Nickle Plated with RoHS certificate.
• Complete control desk shall be built using
RoHS certified materials (from UL/Intertek or other
77
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
reputed third party NABL accredited labs.) to ensure
restriction of hazardous substance in any of the
materials.
• The Control desk shall be 100% modular with Acrylic Solid Surface (ASS/ Corian) and MDF with ANSI Nema LD3 certified laminate finish. Under structure shall be made up of heavy duty Extruded Vertical and Horizontal Aluminium profiles of HE9WP grade.
Quantity 1 Nos.
Table 10. Specification of Proximity sensor
Description Essential Specification Make P&F/ IFM/ Honeywell Type Inductive Switching element function NAMUR NC
Operating distance & Quantity 5 mm – 34 Nos.
Nominal voltage 8 V DC
Switching frequency 0 to 400 Hz Reverse polarity & short circuit protection
Required.
Indication of switching state Required (LED). Mounting type Cylindrical, threaded type with check nuts. Protection IP 65 or better.
Connection type Multi pin circular connector and suitable cable with min. 30 meter length shall be supplied with each proximity sensors.
Sensing face PBT Housing material SS
Standards IEC/EN 60947 DIN EN 60947 (NAMUR)
Certificate Test certificates are required.
78
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Table 11. Specification of Relays
Description Essential Specification Make OEN, OMRAN, Phoenix Primary element type Electro-magnetic/ Solid state relays
Input 24V DC/230V AC
Mounting location I/O racks/ IJB
Output Potential free contacts with minimum 8 Nos. of NO/NC.
Quantity 200 Nos.
Table 12. Specification of Network Video Recorder (NVR)
Description Essential Specification
Manufacturer INFINOVA/HONEYWELL/SONY/ PELCO/EXTRONICS/BOSCH
Type Network Video Recorder
Location Control Room
No. of recording channels
16ch IP camera 1080P/720P
Video Output 1-ch VGA analog video output, 1-ch HDMI video output
Screen Display Multi-screen display (1/4/8/9/16)
Playback Options Max. 16-ch synchronous playback
Ports 1No. of RS485 port for control of the PTZ camera control system, supporting multi-protocols. 2No. of RJ45 10/100/1000Mbps Ethernet port, self-adaptive.
Hard-disk Capacity 4TB
Input voltage 230 V AC
Joystick Keyboard
1No. of suitable model of joystick keyboard compatible
with NVR for camera selection and PTZ control shall be
provided with each NVR.
(Make of NVR and joystick keyboard shall be same.)
No. of clients for video monitoring
Each NVR shall support minimum 4 clients for
monitoring the videos simultaneously. Any necessary
licensed software is required, same shall be provided.
Quantity 1 No.
79
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Table 13. Power, Signal Cables & Control Cables
Description Essential Specification
Manufacturer Uniflex, Thermocables, NICCO, Deccan, Delta, Lapp, Paramount cables.
Code used BS-5308 Cable type Signal Cables Control Cables
Conductor 0.5 Sq.mm annealed tinned copper conductor of 7 strands.
1.0 Sq.mm annealed tinned copper conductor of 14 strands.
Primary insulation
XLPE insulated core.
No. of twists/meter
Minimum 20 twists/meter N/A
Core identification
By colour With numbers at interval of not more than 250 mm as per vendors standards.
Voltage grade 1100 V Cable identification
Running length of the cable shall be printed at least at every 5 meter interval.
Pair identification With numbers at interval of not more than 250 mm as per vendors standards.
N/A
Shielding Individual + Overall: Aluminium Mylar tape & ATC drain wire with PTP tape.
Overall: Aluminium Mylar tape & ATC drain wire with FG tape.
Drain wire size 0.5 Sq.mm Drain wire material
Multi-stranded bare tinned annealed copper in continuous contact with aluminium side of the shield.
Drain wire resistance
Drain wire resistance including shield shall not exceed 40Ω/km
Tape thickness 0.05mm % coverage / overlap
100% / 25%
Inner sheath Extruded Black FRLS PVC type ST-2. Armouring Galvanized steel round wire.
Outer sheath
Extruded flame retardant 90 °C PVC to IS-5831 type ST-2/IEC 502. Colour light blue.
a) PVC oxygen index: over 30% b) PVC temperature index: over 250 °C c) Fire retardant: yes, as per IEC-332 part3, CAT A d) Smoke density: 0.6 e) Acid gas emission: 0.2
Electrical properties @ 20 °C
1) Conductor resistance: maximum 40Ω/km.
Conductor resistance: maximum 20Ω/km.
2) Insulation resistance: minimum 5000M Ω. 3) Mutual capacitance: maximum 75pF.
80
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
4) L/R ratio: maximum 25µH/ Ω. 5) Test voltage: 6) Conductor to conductor: 1000 V for 1 minute. 7) Conductor to shield & Armourd: 1000 V for 1 minute.
Tests All the tests shall be conducted as the part of pre-delivery inspection.
Quantity Refer below
S.No Cable type & Size Quantity (Meters)
Control cable 1 14C X 1.0 Sqmm 250 2 4C X 1.0 Sqmm 500
Signal cable 3 33C x 0.5 Sqmm 4000 4 3C x 0.5 Sqmm 1500 5 24P x 0.5 Sqmm 250
Power cable 6 4C x 10 Sqmm 150 7 3C x 6 Sqmm 300 8 3C x 2.5 Sqmm 1000
Special cables
9 Profibus Cable (Ex-Proof)
400
10 Profibus Cable ( Non Ex-Proof)
200
11 Profinet Cable 500 12 Ethernet cables 500
Notes: • Copper conductor size for power cable shall be as per current rating & voltage drop.
Accordingly, other electrical properties may vary as per the above referred standard. • Shield/ drain wires are not considered. Other specifications are remains same as per
above referred standard. • The above mentioned power cable quantities are only for 230V AC UPS & 24 V DC
power distribution only. • Power cables for MCC & electrical equipment are given in electrical section. • Please consider the quantities mentioned above are for your price reference
purpose only. However for project completion, any additional types of cable and quantities to be supplied by the party without any additional cost and rest of the cables of that particular drums must be handed over to SDSC SHAR as spare.
81
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
2.0 SPECIFICATIONS FOR ANALOGUE ADDRESSABLE/ INTELLIGENT
FIRE DETECTION AND ALARM (FDA) SYSTEM
INTRODUCTION:
It is proposed to provide Analogue addressable/Intelligent Fire detection & Alarm (FDA)
system for Two Buildings at SDSC SHAR centre, Sriharikota:
The FDA system proposed shall be Automatic, Addressable, Analogue/Intelligent type system
consisting of analogue addressable detectors, intrinsic safe conventional detectors, manual
call points / pull stations, hooter / sounders, and compatible solid state addressable panel
along with interconnecting cable and FM200 / HFC227ea fire suppressant gas cylinder with 2
kg gas as per the enclosed specifications.
II. BRIEF SPECIFICATIONS:
A. Analogue Addressable Intelligent FDA system:
Supply of the entire FDA system shall conform to BS 5839/NFPA 71&72/TAC norms.
Detectors shall conform to relevant standards.
Shall have solid state, microprocessor based, of modular construction, with control panel,
addressable analogue control unit for addressing individual detectors and related
accessories (sounders, MCP/PS, FI, I/O modules, etc.,)
Shall have provision for setting alarm levels of individual detectors (for dust
compensation).
Shall have provision for self-diagnostic check testing of system. System should function
while undergoing self-check of a particular portion (Zone) of the system.
Should annunciate alarms due to fault/open/short circuit along with fault isolation of
segments of the system.
Should have sufficiently large data logging feature for system history. (either in-built or
external printer).
82
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Shall withstand wide ambient temperature & humidity variation discriminate between
fire/false alarm condition
Shall have networking facility for interconnecting all FDA systems in nearby facilities
together and bringing their group status /alarm at any given security post. Networking card
shall be supplied along with the panel.
Networking card shall be supplied with MODBUS interface protocol compatible for RJ45 &
RS485
Shall have NO/NC provisions for switching off servicing system and actuation of automatic
fire suppression system in case of fire alarm.
Auto-Dialler compatible to the each panel shall be supplied. It shall be compatible with 4-
digit LAN telephone line. On activation of system can able to provide alarm to min. of 10
telephones.
III. Scope of Vendor:
Supply of Fire detection & Alarm system as per technical specifications including related
accessories like interconnecting cable. Make of the cable and control panel shall be one
among approved list given in the S/No. G of Technical Specifications.
IV. Technical Specifications: A ADDRESSABLE/INTELLIGENT DETECTORS:
Quantity: 1) AA/Intelligent multi criteria (Heat/PE) detectors: 150 nos. 2) Intrinsic safe conventional smoke detectors: 10 Nos.
1. Make : To be mentioned 2. Type : Addressable, Analogue/Intelligent Detectors along with
mounting base, modular construction with capability for intelligence, remote/local test, LED status & alarm display functions programmable from panel/hand held device, with dust compensation feature.
3. Type of Detectors : Heat/Photo-Electric (Multi sensors) 4. Heat detector
range : Max. up to 900C
5. Status indication : Blinking/Constant LED
83
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
6. Alarm indication : Single/Twin LED
7. Sensor Operating Range
: -100 C to 500 C, 20-95% RH
8. Input Voltage : To be specified
9. Max. Power consumption
:
10. a)Stand by : To be specified 11. b)Alarm : To be specified 12. Listing /Approval : UL /LPCB/FM
13. AA/intelligent detectors shall be with base and with necessary interface units.
B. TWO LOOP Fire Alarm Control (FAC) PANEL - Qty: 2 nos. With MODBUS interface protocol for networking
1. Make : To be mentioned 2. Type : Addressable, Analogue (AA), Microprocessor based,
suitable for AA detectors, AA Manual call points, AA hooters etc. , with High resolution LCD display, with built-in system health verification checks, with capability for intelligence, fault isolation, sensor self-test, Alarm delay function, RJ45 & RS 485 port for networking and suitable IP rating.
3. No. of loops : Two loops 4. Display : LCD Display for all events. 5. Input power Rating
Output
: :
a. 230 V AC ,50Hz, Main / UPS Source b. 24 V built in Zero Maintenance batteries suitable for
minimum 48 hours battery backup in transit condition.
2 nos. of NO/NC Potential free contacts for remote display & alarm annunciation (loop wire), heater bank tripping to be provided / made available.
6. Minimum Addressable Capability
: To be mentioned
7. Networking : Shall have the provision of networking through OFC to common monitoring console
8. Connecting protocol
: MODBUS TCP interface protocol compatible with RJ45 & RS485
9. Auto dialer : Auto dialer capable of connecting to 4 digit LAN numbers to be supplied.
10. Approvals/Listing : UL/EN54/LPCB/FM C. AA MANUAL CALL POINT / PULL STATIONS - Qty: 8 nos
1. Make : To be mentioned 2. Type : Addressable, Resettable, with LED indication &
fault isolator 3. Operating voltage : 15 to 30Vdc
84
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
D. AA HOOTER / SOUNDER - Qty: 8 nos
1. MAKE: To be mentioned
2. Approvals: UL/FM/LPCB
3. Sound output : Minimum 85 dB at 1m distance.
E. AA FAULT ISOLATOR - Qty: 15 nos 1. Make : To be mentioned 2. Type : Addressable
3. Operating voltage : 15 to 30Vdc 4. Features : With minimum short circuit time of 50 µ sec. Relay cards, I/O Module
devices and related accessories (Switching units, etc)
: Yes
F. INTERCONNECTING CABLE --- Qty: 4000m
1. Make
: To be me ntioned
2. Type
: 2000m - FRLS, Twisted pair, Shielded, armoured copper cable, Size : 2 core 1.5 Sq.mm, 1.1KV grade 2000m - FRLS, Twisted pair, Shielded, unarmoured copper cable with cap in casing, Size : 2 core 1.5 Sq. mm, 1.1KV grade
G. APPROVED MAKES
1. Detectors/ Devices
: Compatible as per Approved list by panel manufacturers.
2. Fire Alarm Panel
: MORLEY / EDWARDS (EST) / SECUTRON / NOTIFIER/RAVEL
3. Interconnecting cable
: • Universal Cables Ltd., • Rallison Electricals Pvt. Ltd., • Cable Corporation of India. • KEI Industries Ltd., • Thermo Cables Ltd., • FINOLEX Cables Ltd., • Hindusthan Vidyut Products Ltd., • Gloster Cables Ltd., • UNIFLEX Cables Ltd., • INCAB Industries Ltd., • Torrent Cables Ltd., • RPG Cables (A Division of KEC International
Ltd)
85
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
• APAR Industried Ltd (UNIT: Uniflex Cables) INSUCON Cables
H. FM200 / HFC227ea GAS SUPPRESSION SYSTEM 1. Capacity : 2kg cylinder with gas 2. Tubing length : Min. 20m 3. Pressure monitoring : Cylinder shall supply with pressure gauge
V. GENERAL A) DOCUMENTS TO BE PROVIDED AFTER PLACEMENT OF ORDER: a. Bound Technical Data sheets of bought out items including interfacing MODBUS TCP with addressing details of all parameters to be read from the panel. B) DOCUMENTS TO BE PROVIDED ALONG WITH SUPPLY
a. Manufacturer’s conformity / Test certificates for detectors, FDA Panel, accessories and cables etc.,
VI. SCOPE OF INSPECTION:
1. Review of manufacturer’s conformity / test certificates for:
a. Detectors and all accessories.
b. Fire alarm control ( FDA) panels.
c. Cables.
2. Demo.
Supplied control panel along with 10% of sub system like detectors, MCP,
Hooter shall be offered for testing.
VII. TECHNICAL DATASHEET:
While quoting, all datasheet related to items to be supplied shall be attached or sent for
evaluation.
86
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
3. General Specifications:
Junction Boxes
Non-Flame Proof Junction Boxes
(a) Non-FLP junction boxes shall be planned for interfacing of all equipments which are powered through intrinsic safe supply.
(b) Make: M/s Rittal / M/s President.
Flame Proof Junction Boxes
(b) FLP junction boxes shall be planned for interfacing of all the equipments which are not powered through intrinsic safe supply (i.e., > 8.9 V)
(c) All the terminals inside this box shall have provision for connecting ring type lugs only.
(d) Make: M/s FEPL / M/s BALIGA / M/s FCG / M/s STAHL.
Cables All the cables to be laid and end-terminated as per the site requirements.
Control Cables
Supply the following cables: (a) The cable running between panel to field equipment, other
than the cable running in Drag Chain are of 1.1 kV Grade, XLPE insulated, copper conductor, G.I. armoured cables only.
(b) From I/O panel to all the other panels, field equipment like brake limit switches, various limit switches, pendant, etc.
Cable Identification
(a) Cable tags indicating the source and destination shall be provided for all the cables.
(b) stainless steel cable tags shall be used. (c) The source and destination shall be engraved. (d) The ferrules shall be of ring type and of non-deteriorating
material.
87
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Drag Chain
(a) Suitable Drag chain systems to be provided for all motions. (b) Suitable supports (like beam / angles, guided cable tray, etc)
for running the drag chains along the motion paths shall be supplied.
(c) All the cables running inside the drag chain shall be of same make as that of the drag chain.
(d) Make: M/s IGUS / M/s LAPP
Cable Tray
(a) Perforated G.I. cable trays shall be planned for routing the cables from the panel to top of the crane.
(b) Necessary supports (like beam / angles, etc) for running the cable tray inside the trench (bottom of the panel), on the wall, on the crane, etc., shall be supplied.
(c) Entire length of the cable trays shall be covered with G.I. sheet cover with bolts and nuts as per the manufacturers recommendations.
(d) No cables shall be routed without cable trays and covers.
(e)
Panel
(a) All the panels are to be of dimensions 2100 mm (including the base frame of 100 mm).
(b) Width of all the panels is to be maintained uniformly. Door opening and rear access will be decided based on the requirement during detailed engineering.
(c) All the panel line up shall be taken care like a bureau opening type.
(d) Enamel Danger plates shall be provided on the Panel inscribed in Hindi and English languages as directed by department.
(e) Drawing pocket shall be considered. (f) Comfort handles with key shall be considered.
88
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Annexure - 2
Checklist:- Vendor shall fill the following checklist and submit with the offer. Deviation from point wise confirmation shall be spelt out clearly in the deviation column.
Sl. No Scope of work contractor Reference Sl. No. & Page No.
Confirmation Deviations, if any
1 Introduction I & 1 YES / NO
2 Brief Specifications II & 1 YES / NO
3 Scope of Vendor
III & 2 YES / NO
4 Technical Specifications IV & 2 YES / NO
5 General
A) Documents to be provided
after placement of order
V & 4 YES / NO
B) Documents to be provided
along with supply
V & 4 YES / NO
6 Scope of inspection
VI & 4 YES / NO
7 Delivery of Items VII & 5 YES / NO
8 Warranty VIII & 5 YES / NO
9 Liquidated Damages IX & 5 YES / NO
10 Performance Bank Guarantee X & 5 YES / NO
11 Delivery Schedule XI & 5 YES / NO
12 Technical data sheet XII & 5 YES / NO
89
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
SECTION –E ANNEXURES
90
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Annexure -I
SCHEDULE OF PRICES
Table-1
S. No Description Unit
Cost (in Rs/foreign currency as applicable.)
1.
Supply, erection, testing and commissioning of Control & Automation System of PLC based Film Positioning system for NDT-3 Facility as per the scope of work, specifications and terms & conditions detailed in section A, B, C & D of the document (without optional).
Lump sum
2 GST on item in S.No.1 %
3. Transportation Charges for S.No.1 Included
4. GST on item in S.No.3 %
5. Installation, Testing and Commissioning charges for
S.No.1 Lump sum
6. GST on S.No. 5 %
Total Cost (Sum of S. Nos. 1 + 2 + 3 + 4 + 5 + 6)
Table-2 (Optional)
1.
Annual Maintenance Contract for PLC based Film Positioning System for S139 Bay for 5 years (Starting from first year after warranty period) (Non-comprehensive)
Per / Year
2. GST on Item in S. No.1 %
Total Cost (Sum of S. Nos. 1+2) Per/ Year
The cost of optional items will be not considered for evaluation of price bid. The purchaser reserves right to consider or not to consider the optional items for placement of order. However, the party may quote for optional items.
(SIGNATURE OF SUPPLIER)
91
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Annexure-II
EXCEPTIONS AND DEVIATIONS In line with Proposal Document, supplier may stipulate Exceptions and deviations to the Proposal conditions if considered unavoidable.
SL.NO
Reference in Specification
Dept. Specification
Offered Spécification DEVIATION
PAGE NO
CLAUSE NO
NOTE : (a) Only deviations are to be written in this Annexure-II (b) Any deviations taken by the Bidder to the stipulations of the Proposal document shall be brought out strictly as per this format and enclosed along with the bid. (c) Any deviations not brought out as per this Proforma (Annexure-II ) and written elsewhere in the Proposal document shall not be recognized and the same is treated as null and void. (d) Any willful attempt by the Tenderer to camouflage the deviations by giving them in the covering letter or in any other documents that are enclosed may render the Bid itself non-responsive.
(SIGNATURE OF SUPPLIER)
92
CONTROL & AUTOMATION SYSTEMS OF PLC BASED FPS FOR NDT-3 FACILITY SDSC SHAR, ISRO
Annexure -III
CHECK LIST
S. No Description Response by Supplier
1. The detailed scope of work and technical specifications are under stood and price was quoted accordingly
Yes / No
2. All the general conditions of the contract as per the section-A are acceptable.
Yes / No
3. In case of some general conditions of the contract as per the section-A are not acceptable, deviation statement is to be enclosed as per Annexure-II
Yes / No
4. The supplier evaluation format as enclosed along the proposal document is filled-in and necessary supporting documents are enclosed.
Yes / No
5. Un-priced copy of schedule of prices, payment schedule is enclosed in the techno-commercial bid.
Yes / No
6. Taxes are quoted in the price bid Yes / No
7. Cost of AMC has been quoted Yes / No
8. Delivery schedule is acceptable. If not, the deviation is brought-out in the deviation statement (Annexure-II)
Yes / No
9. Terms of payment are acceptable. If not, the deviation is brought-out in the deviation statement (Annexure-II)
Yes / No
10. Liquidate damages clause is acceptable. If not, the deviation is brought-out in the deviation statement (Annexure-II)
Yes / No
Signature of Supplier with Seal