292_2010-01-13_4

Embed Size (px)

Citation preview

  • 8/4/2019 292_2010-01-13_4

    1/83

    TENDER DOCUMENT(NON-TRANSFERABLE)

    TENDER NO: DCME 80565

    Procurement of PLC FOR EFFLUENT TREATMENT PLANT

    THIS TENDER DOCUMENT CONTAINS:

    Sr.No. Documents Item details

    1 Enquiry Enquiry

    2 ANNEX I Instruction to Bidders

    3. ANNEX-II Bid Abstract Sheet

    4. ANNEX-III Prequalification Criteria

    5. ANNEX-IV Bank Guarantee format for SD/PBG6. ANNEX-V List of Approved Bankers for Bank Guarantee

    7. ANNEX-VI Bank Solvency format

    9 ANNEX- VIII Technical Specifications for Supply of PLC System

    10 ANNEX - IX Information to be furnished by PLC Vendors

    LAST DATE FOR SUBMISSION : 25.01.2010AT 14.00 Hrs IST

    TENDER OPENING DATE & TIME : 25.01.2010AT 15.00 Hrs IST

    M/S RASHTRIYA CHEMICALS & FERTILIZERS LTD.

    PURCHASE DEPARTMENT, ADMINISTRATIVE BUILDING,

    MAHUL ROAD, CHEMBUR, MUMBAI 400 074, INDIA.

    PHONE: +91 (22) 25522261

    PHONE: +91 (22) 25522748 FAX : + 91 (22) 25522320

    PHONE: +91 (22) 25522816 FAX : + 91 (22) 25522233

  • 8/4/2019 292_2010-01-13_4

    2/83

    RASHTRIYA CHEMICALS & FERTILIZERS LIMITED(A Government of India Undertaking)

    Administrative Building, Chembur, Mumbai 400 074Phone: 2552 2816 Fax: 2552 2233/320

    E-Mail: [email protected],[email protected]

    Enquiry No. DCME 80565 Dated :05.01.2010

    To:

    Dear Sir ,You are requested to send your quotation in DUPLICATE IN TWO BID SYSTEM forthe under mentioned system subject to terms and conditions given in the ANNEXURESenclosed herewith.

    Sr.No. Description Qty.1) Design, Testing, Supply and Installation, Commissioning

    of PLC based system with SCADA software for EffluentTreatment Plant as per enclosed NIT. Offers are sought

    from the parties who meet the criterions mentioned in

    Annexure of III of NIT. Information in Annexure X to

    be furnished in soft as well as hard form.

    One No.

    Kindly send your offer on or before : 25.01.2010 at 14.00 Hrs.

    Addressed to :

    CHIEF MATERIALS MANAGER (P)RASHTRIYA CHEMICALS & FERTILIZERS LIMITED,PURCHASE DEPARTMENT,ADMINISTRATIVE BUILDING, GROUND FLOOR,MAHUL ROAD, CHEMBUR, MUMBAI:400 074Phone No. +91 (22) 25522748Fax No. +91 (22) 25522233

    (A.Khurshid)CHIEF MATERIALS MANAGER (P)

  • 8/4/2019 292_2010-01-13_4

    3/83

    Tender No. DCME 80565 ANNEXURE I

    INSTRUCTIONS TO BIDDERS FOR SUBMISSION OF OFFER.

    1. You are requested to submit the offer in four different envelopes as explained below. You

    have to submit EMD in form of DD in favour of RCF ltd. payable at Mumbai. Your offer

    shall be liable for rejection in absence of EMD.

    a) 1st

    envelope having EMD forRs. 19,750/-Kindly superscribe this envelope as

    EMD for tender No DCME 80565.

    b) 2nd

    envelope having full technical details as per RCF requirement in the enquiry

    with clear listing of deviations. Kindly send two copies of this and superscribe this

    envelope as TECHNICAL BID for tender No DCME 80565.

    c) 3

    rd

    envelope having all commercial terms and conditions along with the bidabstract sheet duly filled and signed. The deviations should be indicated clearly with

    reasons. Kindly send two copies of this and superscribe this envelope as

    UNPRICED COMMERCIAL BID. for tender No DCME 80565.This envelope

    should also contain the photocopy of price bid with prices blanked out.

    d) 4th

    envelope containing price bid along with commercial terms and conditionsPlease note that the commercial terms and conditions in the price bid should be in line

    with the bid abstract sheet filled and signed by you. Kindly superscribe this

    envelope as PRICE BID for tender No DCME 80565

    All these envelopes should be put in a big cover mentioning the tender No. and the submission

    date on it. All the individual envelopes should also have specific content, tender No. andsubmission date on it.

    NOTE: 1) Quote the Lowest basic price exclusive of excise duty, sales tax and octroi.

    2) All payments due to vendor shall be released only after submission of bank guaranteeand the receipt of confirmation of the same from your bank. RCF shall not be responsible for the

    delay in making payment on account of any discrepancy in bank guarantee or late receipt of

    confirmation.

  • 8/4/2019 292_2010-01-13_4

    4/83

    ANNEXURE III

    PLC BASED CONTROL SYSTEM FOR EFFLUENT TREATMENT PLANT

    OFFERS OF THE VENDORS WHO MEET THE FOLLOWING CRETIERION SHALLONLY BE CONSIDERED FOR FURTHER EVALUATION :

    1) Vendor shall be Original Equipment Manufacturer (OEM) of the system hardwareas well as software which has been offered for the subject project. Authorizeddistributors should submit the documentary evidence of offered system OEM.

    2) The vendor shall have satisfactorily executed at least one single order of PLC(at one location) of value more than Rs. 18 Lakhs in process plant offertilizer/petrochemical/refinery industry in the last three years,

    3) The system to be offered shall be a proven system which shall already be

    installed and in operation at least for two years in India in a continuous processindustry of a comparable size and scale.4) The offered system shall have state of art technology confirming to open

    architecture with global data base design, which shall be working satisfactorily forat least one year.

    5) Party should be the original owner of the offered SCADA software for thesystem.

    6) The vendor shall have support services available in India.7) Vendor shall have facility for service/repair of hardware and software in India.8) Vendor shall have Training facility available in India.9) Vendor shall furnish copies of purchase orders executed by them for similar item

    during the last three years.10) Vendor shall furnish Audited Balance sheet and Profit and Loss Account for the

    last three years.11) Vendor shall furnish latest Solvency Certificate as per format enclosed from the

    bankers for Rs.10 lakhs.

  • 8/4/2019 292_2010-01-13_4

    5/83

    ANNEXURE IV

    FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND

    PERFORMANCE GARANTEE

    In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [hereinafter referredto as RCF, which expression unless repugnant to the context and meaning thereof

    shall include its successors and assigns] having agreed to exempt M/s

    __________________________________having its registered/principal office

    ______________________________________________ [hereinafter referred to a

    Supplier/ Contractor which expression unless repugnant to the context and meaning

    thereof shall include its successors and assigns] from depositing with RCF a sum of

    Rs.___________ towards security / performance guarantee in lieu of the said Supplier /

    Contractorhaving agreed to furnish an irrevocable bank guarantee for the said sum o

    Rs. _________ as required under the terms and conditions of contract / work order /

    purchase order no. ______________________ dated __________ [hereinafter referred

    as the Order] placed by RCF on the said supplier / contractor, we

    ____________________________________________ [hereinafter referred to as the

    Bank which expression shall include its successors and assigns] do hereby undertake

    to pay RCF an amount not exceeding Rs. ______________ on demand made by RCF

    on us due to a breach committed by the said Supplier / Contractorof the terms and

    conditions of the Order.

    1. We ____________ the Bank hereby undertake to pay the amount under the

    guarantee without any demur merely on a demand received in writing from RCF stating

    that the Supplier / Contractorhas committed breach of the term(s) and/or condition(s

    contained in the Order and/or failed to comply with the terms and conditions as

    stipulated in the Orderor amendment(s) thereto. The demand made on the Bank by

    RCF shall be conclusive as to the breach of the term(s) and/or condition(s) of the Order

    and the amount due and payable by the Bank under this guarantee, notwithstanding

    any dispute or disputes raised by the said Supplier / Contractorregarding the validity

    of such breach and we agree to pay the amount so demanded by RCF forthwith and

    without any demur. However, our liability under this guarantee shall be restricted to an

  • 8/4/2019 292_2010-01-13_4

    6/83

    amount not exceeding Rs. _____________.

    2. We, ______________ the Bank further agree that this irrevocable guarantee

    herein contained shall remain in full force and effect during the period that would be

    taken for the performance of the said Orderand that it shall continue to be enforceable

    till the dues ofRCF under or by virtue of the said Orderhave been fully paid and its

    claim satisfied or discharged or till RCF certifies that the terms and conditions of the

    Order have been fully and properly carried our by the Supplier / Contractor and

    accordingly discharge the guarantee.

    3. We ________________ the Bank, undertake to pay to RCF any money so

    demanded notwithstanding any dispute or disputes raised by the said Supplier /

    Contractor in any suit or proceedings pending before any court or tribunal relating

    thereto as our liability under this present being absolute and unequivocal. The payment

    so made by us under this Guarantee shall be valid discharge of our liability for payment

    there under and the said Supplier / Contractor shall have no claim against us for

    making such payment.

    4. We ________________the Bank further agree that RCF shall have full liberty

    without our consent and without affecting in any manner our obligation hereunder to

    vary any of the terms and conditions of the Orderor to extend time of performance by

    the said Supplier / Contractor from time to time or to postpone, for any time or from

    time to time, any of the powers exercisable by the RCF against the said Supplier /

    Contractor and to forbear or enforce any of the terms and conditions relating to the

    Orderand shall not be relieved from our liability by reason of any such variation o

    extension being granted to the said Supplier / Contractoror for any forbearance, act or

    omission on the part ofRCF or any indulgence by RCF to the Supplier / Contractoro

    by any such matter or thing whatsoever which under the law relating to sureties would

    but for this provisions have effect of so relieving us.

    5. Our liability under this guarantee is restricted to Rs. _________ and shall remain

  • 8/4/2019 292_2010-01-13_4

    7/83

    in force up to ____________________ (date of expiry). Unless a demand or claim

    under this guarantee is made on us in writing on or before the date of expiry viz

    ________, we shall be discharged from all liabilities under this guarantee thereafter.

    6. This guarantee will not be discharged due to change in the constitution in the

    Bank or the said Supplier / Contractor.

    7. The Bank hereby agrees to address all the future correspondence in regard to

    this bank guarantee to Chief Finance Manager, Rashtriya Chemicals & fertilizers

    Limited, Administrative Building, Mahul Road, Chembur, Mumbai 400 074. INDIA

    ________________.

    8. We, _____________ the Bank lastly undertake not to revoke this guarantee

    during its currency except with the previous consent of the RCF in writing.

    Signed on the _________________ day of _______________

    For and on behalf of the Bank

    Signature

    Witness: Name(s) & Designation(s)

    Name & Address Telephone No: of each signatory

    Mobile No: of each signatory

    e-mail id : of each signatory

    Note: Photocopy of Bank Guarantee should also be forwarded to CMM (P) for

    information

  • 8/4/2019 292_2010-01-13_4

    8/83

    ANNEXURE V

    LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES

    A)- STATE BANK OF INDIA AND ITS ASSOCIATE BANKS:

    1. State Bank of India,

    2. State Bank of Bikanar & Jaipur,

    3. State Bank of Hyderabad,

    4. State Bank of Indore,

    5. State Bank of Mysore,

    6. State Bank of Patiala,

    7. State Bank of Saurashtra,

    8. State Bank of Travancore.

    B)- NATIONALISED BANKS:

    1. Allahabad Bank,

    2. Andhra Bank,

    3. Bank of Baroda,

    4. Bank of India,

    5. Bank of Maharashtra,

    6. Canara Bank,

    7. Central Bank of India,

    8. Corporation Bank,

    9. Dena Bank,

    10. Indian Bank,

    11. Indian Overseas Bank,

    12. Oriental Bank of Commerce,

    13. Punjab & Sind Bank,

    14. Punjab National Bank,

  • 8/4/2019 292_2010-01-13_4

    9/83

    15. Syndicate Bank,

    16. UCO Bank,

    17. Union Bank of India,

    18. United Bank of India,

    19. Vijaya Bank.

    C)- OTHER BANKS:

    1. Bank of Rajasthan Limited,

    2. Catholic Syrian Bank Limited

    3. Kotak Mahindra bank Ltd.,

    4. South Indian Bank Ltd.,

    5. Tamilnad Merchantile Bank Ltd.,

    6. The Federal Bank Ltd.,

    7. The Jammu & Kashmir bank Limited,

    8. The Karnatka Bank Limited,

    D) - FOREIGN BANKS:

    1. ABN AMRO Bank N.V.,

    2. American Express Bank Limited,3. Bank of American National Trust & Saving Association,

    4. Bank of Tokyo Limited,

    5. Barclays Bank PLC

    6. BNP Paribas

    7. Calyon Bank

    8. Citibank N.A.,

    9. Deutsche Bank,

    10. Development Bank of Singapore (DBS)

    11. Hong Kong & Shanghai Banking Corporation Limited,

    12. ING Vysya Bank

    13. JP Morgan Chase Bank

    14. Standard Chartered Bank,

  • 8/4/2019 292_2010-01-13_4

    10/83

    E)- PRIVATE SECTOR BANKS:

    1. Axis Bank Ltd.,

    2. Housing Development Finance Corporation Ltd., (HDFC)

    3. ICICI Bank Limited,

    4. IDBI Bank Limited,

  • 8/4/2019 292_2010-01-13_4

    11/83

    ANNEXURE VI

    (FORMAT FOR SOLVENCY CERTIFICATE)

    REF NO: DATE:

    To,

    M/s Rashtriya Chemicals & Fertilizers Ltd.

    Chembur, Mumbai 400 074,

    India.

    This is to certify that to the best of our knowledge and information,

    ___________________________(Bidders name with complete address), a customer

    of our Bank, is respectable, and is capable of executing orders to the

    extent of Rs._________. (Amount in words).

    This certificate is issued without any guarantee, risk or responsibility on

    behalf of the Bank or any of its officials.

    This certificate is issued at the specific request of the customer.

    Yours faithfully,

    (Bank Official's signature & stamp)

    Telephone No:Mobile No:

    e-mail id :Fax No :

  • 8/4/2019 292_2010-01-13_4

    12/83

    RASHTRIYA CHEMICALS & FERTILIZERS LTD.(Government Of India Undertaking)

    NOTICE INVITING TENDERGENERAL TERMS & CONDITIONS

    ANNEXURE VII

    1.0.0 Definition

    The term CONTRACT shall mean and include the Notice Inviting Tender (NIT) theInstructions to TENDERER, the Tender, Letter of Intent accepting the tender in part of full,Special and General Terms and Conditions, Directions, and comments conveyed in writing, thePurchase Order or Work Order, and its subsequent variations if any, r any other authorizedCONTRACT documents, and those general and special conditions that may be addedsubsequently or such other documents, drawings, specifications as may be prescribed.

    1.0.01 The terms CONTRACTOR, shall mean the person(s), firm, company with whom, a

    CONTRACT has been entered into and shall be deemed to include their representatives, heir,executors and administrators, successors and permitted assignees of such person, person(s),firm or company.

    1.0.02 The terms RCF shall mean RashtriyaChemicals & Fertilizers Limited having its Registered Office at Priyadarshini, Eastern ExpressHighway, Sion, Mumbai 400 022 and shall be deemed to include their successors and/orassignees, and shall include the Administrative and Executive Officers authorized to deal withall matters relating to the CONTRACT.

    1.0.03 The Term TENDERER shall mean the person(s), firm or company who offer(s) a

    tender or quotation duly signed in response t the invitation to tender issued by RCF and shallbe deemed to include their representatives, heirs, executors and administrators, successorsand permitted assignees to such person(s), firm or company.

    1.1.0 Instructions for submission of Tender

    1.1.01 Every tender shall be made out in English, Hindi or Marathi language. All otherinformation will also be supplied by the TENDERER in English, Hindi or Marathi language.Only one language will be used in the tender. In case of conflict the English version shall

    prevail. All amounts shall be indicated by TENDERER both in works as well as in figures.Whether there is difference between prices quoted in figures, and words, correspondingamount quoted in words shall prevail.

    Tenders should be free from overwriting. All corrections should be duly attested by thetenderers. Tenders should be signed by tenderer manually in long hand by person(s) whois/are legally authorized to sign on behalf of the person(s) or firm or company tendering and incase of firm/company, tender should bear its seal or stamp. The legal instrument of authorityeither in original or a certified copy thereof empowering the person(s) signing their tender,

  • 8/4/2019 292_2010-01-13_4

    13/83

    should accompany the tender. No oral, telephonic or telegraphic tenders or modifications inthe tenders shall be considered under any circumstances.

    All tenderers are requested to submit their tenders STRICTLY as per the instructions givenbelow. Tenders should either be submitted personally in the tender box at the Office of ChiefMaterial Manager, Purchase Section, Administrative Building, Chembur, MUMBAI - 400 074,INDIA, or sent by Registered Post to the same address so as to reach well in advance of theclosing date and time.

    The envelopes containing the tender should be superscribed with The Tender No. and Date ofopening.

    1.1.02 Submission of Tenders

    Tenders are to be submitted in duplicate and should be type written. Tenders are to besubmitted in triple sealed covers as follows:

    i. Technical part of tender:

    The first sealed envelope should contain all copies of technical details of the tender.The cover should be clearly marked Technical part of tender.

    ii. EMD & Unpriced Commercial part of Tender.The second sealed envelope should contain Earnest Money Deposit and Copies of

    Unpriced commercial part of tender. The cover should be clearly marked UnpricedCommercial part of Tender.

    iii. Commercial Tender with Price.The third sealed envelope should contain all copies of the Commercial part of

    the tender with Price details. The cover should be clearly marked Commercial part of

    tender with Prices.

    1.1.03 All the three envelopes should be putinto an outer envelope duly sealed. All these four envelopes should be properly superscribedwith our Tender No. and Due Date and Brief Description and the Name of the CONTRACTORfor proper identification.

    2.0.00 Clarifications

    2.0.01 In case clarifications are required on invitation to tender the TENDERER shall approachRCF in writing well before the opening of the technical part of the tender, and RCF will provide

    the information required in writing. However, failure to receive any addendum or clarificationshall not relieve the TENDERER of any of the obligations stipulated in the invitation to tender.

    2.0.02 The invitation to tender with annexure and all attachments will be considered to havebeen read, understood and accepted by the tenderers unless otherwise specifically stated bythem in writing well before the scheduled opening of the technical part of the tender.

  • 8/4/2019 292_2010-01-13_4

    14/83

    2.0.03 The terms and conditions as embodied in the CONTRACT shall be final and any otherterms mentioned in the suppliers tender but not included in the CONTRACT shall be deemedas rejected by RCF.

    3.0.00 Tender opening

    3.0.01 Tenders will be opened in two stagesPart I Technical & Unpriced Commercial part of the tender.Part II Commercial part of the tender with prices.

    3.0.02 The Technical and Unpriced Commercial part of tender (part-I) will be opened on theprefixed date in the presence of TENDERERS (only public tenders) and their representativeswho desire to attend the tender opening.

    3.0.03 The Commercial part of tender with Prices (part-II) shall be opened in public (only publictenders) after the corresponding Technical and Unpriced Commercial part of the tender arescrutinized and possible clarifications obtained from such tenderers as may be required so asto bring the tenders at part technically.

    3.0.04 Based on clarification, the TENDERER may be asked to submit if required, revisedsealed commercial part of the tender with prices (Part-II).

    3.0.05 Tenderers will be given adequate notice regarding date and venue of public opening.

    4.0.0 EARNEST MONEY DEPOSIT4.0.01 Earnest Money Deposit (amount as mentioned in invitation to tender) should befurnished in the form of a demand draft payable at Mumbai drawn in favour of RashtriyaChemical and Fertilizers Limited.

    4.0.02 Any request to adjust Earnest Money Deposit out of the tenderers running bills orpending payments will not be considered and the tender will be treated as without EarnestMoney Deposit.

    4.0.03 Tenders without Earnest MoneyDeposit or with the Earnest Money Deposit in a manner other than in what is mentioned aboveare liable to be rejected at the discretion or RCF.

    4.0.04 Government of India Undertakings, Small Scale Industries Registered under single pointregistration with National Small Scale Industries Corporation and RCF Ancillary Units areexempted from the payment of Earnest Money Deposit.

    4.0.05 Forfeiture of Earnest Money Deposit.

    If for any reason whatsoever any TENDERER withdraws his tender at any time prior to expiryof the validity period or after issue of the Letter of Intent, Purchase Order, fails or refuses toexecute the order or to furnish the security deposit for faithful performance of the CONTRACTwithin the stipulated time the amount of Earnest Money is liable to be forfeited.

  • 8/4/2019 292_2010-01-13_4

    15/83

    4.0.06 Refund of Earnest Money

    Earnest Money Deposit will not carry any interest. Earnest Money Deposited by theunsuccessful tenderers will be refunded as soon as possible. Earnest Money Deposit ofsuccessful TENDERER will be refunded after the successful TENDERER furnishes thesecurity deposit.

    5.0.00 SECURITY DEPOSIT.

    The Security Deposit for proper & timely fulfillment of the CONTRACT has to be paid by everysuccessful TENDERER. No exemption will be made. SECURITY DEPOSIUT FOR 10% OFTOTAL ORDER VALUE SHALL BE FURNISHED.

    The CONTRACTOR will have to give security deposit as specified in the tender in the form ofeither a Demand Draft in favors of Rashtriya Chemicals & Fertilizers Limited payable atMumbai, or by means of a Bank Guarantee as per RCFs proforma (attached as Annexure-VI)from any Nationalised/ Scheduled Bank. The Security Deposit shall be furnished to RCF, for asuitable period as prescribed by RCF in the tender. The Bank Guarantee should be forwarded

    by the CONTRACTORs Banker directly to RCF with the covering letter of the Bank. RCFreserves the right to insist on Security Deposit in the form of Demand Draft from anyCONTRACTOR.5.0.01 In case of foreign supply, the Bank Guarantee submitted by the foreign bank should becounter guaranteed/confirmed by State Bank of India, Commercial Branch, Swastik Chamber,Sion-Trombay Road, Chembur, Mumbai 400 071, India. The charges of the confirmation if anywill be borne by the CONTRACTOR.5.0.02 In the event of any breach of any of the terms and conditions of the CONTRACT or theCONTRACTOR neglects, delays or fails to perform the CONTRACT, RCF shall have the rightto forfeit the security deposit. The security deposit shall not bear any interest.

    6.0.00 PERFORMANCE GUARANTEEThe CONTRACTOR shall provide Bank Guarantee for performance, in case of is specified ininvitation to tender, equivalent to value of security deposit for a period of 24 months from thedate of acceptance at site or 30 months from the date of supply whichever is earlier (or asspecified in invitation to tender). Security deposit can be converted into PerformanceGuarantee at the discretion of RCF.

    7.0.0 VALIDITY OF TENDERS.All tenders should be kept valid for acceptance for 120 days from the tender closing dateunlessotherwise specified in tender invitation. Tenders of lesser validity period may not be

    considered. In case of revised commercial tenders with prices (Part-II) for validity period, thedate will be reckoned from the date on which revised commercial tenders with prices wereopened.

    8.0.0 TENDER INFORMATION

    Tenders should include inter alia the following information.

  • 8/4/2019 292_2010-01-13_4

    16/83

    8.0.01 Technical & Unpriced commercial part of tenders (part-I)

    I. Technical Part.

    a)- Invitation to tender No.

    b)- Scope of Supply.

    c)- Complete description of equipment/mate-rial supported by brochure, catalogueand/or other descriptive standarddocuments.

    d)- The TENDERER should undertake to give shop drawings of spare parts and mainequipment to enable RCF to undertake repair and maintenance after installation at site.p)- A certificate that the technical tender is in total conformity with RCFs specification and ifnot the list of exclusions and/or deviations.

    q)- Fabrication schedule and a brief statement of activities and time estimate justifying the totaldelivery.

    II Unpriced Commercial part of tenders.

    a)- Invitation to tender No.

    b)- Earnest Money Deposit, Draft No. and date, Payee Branch of the Bank.

    c)- Terms of payment.

    d)- Guaranteed delivery period for each item

    e)- Places of manufacture with the address.

    f)- Statement that the liquidated damages or the force majeure clause of RCF and standardterms and conditions are agreeable.

    g)- Statement showing that the security and performance guarantee clauses, standard termsand conditions are fully agreeable.

    h)- Country of Origin.

    i)- Statement showing the date of expiry of agreement with the Labour Union of theCONTRACTOR.

    J)- Statement that shipping terms are defined by INCOTERMS 1990.

    K)- Copies of commercial part of tenders with all prices duly blanked out.

  • 8/4/2019 292_2010-01-13_4

    17/83

    l)- Certificate showing that the offer is in total conformity with the terms and conditions asspecified in the NIT. If not, list of all deviations should be given with proper justification.

    m)- Particulars relating to tenders as follows:

    1)- Year of establishment.2)- Name of Bankers.

    3)- Certificate of CONTRACTORs financial status from Contractors Bankers.

    4)- Name of the parties for whom similar orders have been executed earlier with their addressand dates of equipment supplies and certificate from such companies/firms for the orderswhich have been executed.

    5) Latest Income tax Clearance Certificate/PAN No. (Xerox Copy) In case RCF wants to seethe original Income Tax clearance certificate, the same should be produced at short notice.

    6)- Sales Tax Registration No., Sales Tax Clearance Certificate. If exempted from Sales Tax,

    exemption certificate.

    III Commercial part of tenders with prices (part-II)

    a)- Invitation to tender No.b)- Tender abstract sheet,

    c)- Price schedule as applicable. If required by RCF price schedule should be given as perRCF format.

    d)- Item wise price list of recommended spare parts.

    e)- Tenderers after sales service charges if any.f)- Certificate that prices are valid for 120 days from the tender closing date for

    placement of Purchase Order/work Order.

    g)- A certificate showing that the prices will be firm and valid during the CONTRACT periodand not subject to any escalation whatsoever.

    9.0.00 Currency and Country of Origin.9.0.01 Currency.Tenderers shall submit the tenders either in the currency of their country or the currency in

    which they will be paid. However, in contracts for supply and installation of equipment, thetenderers should state the portion of the tender price relating to the Erection/Installation inIndian Rupees.

    9.0.02 Country of Origin.

    The tenderers will have to furnish information regarding the country of origin of the goods andworks in their tender documents.

  • 8/4/2019 292_2010-01-13_4

    18/83

    10.0.0 Transmission of Tenders.

    All tenders should either be submitted in Tender Box in the office of Chief Materials Manager(Purchase), Administrative Building, (Ground Floor) Rashtriya Chemicals & Fertilizers Ltd.,Chembur, Mumbai 400 074, INDIA or sent by courier/ Registered post to the same address soas to reach well in advance of the closing date and time. In their own interest the tenderersare advised to notify the Chief Materials Manager by cable/telex, date and place of despatch oftenders, TENDERS RECEIVED AFTER CLOSING DATE ARE LIABLE TO BE REJECTED.

    11.0.00 Accompaniments.

    All tenders must be complete in all respect & should conform to all requirements set forth in theenquiry, annexure and attachments. The contents of the tender invitation, annexure and theattachments will be considered to have been read, understood and accepted by all thetenderers. Al deviations from the specifications set forth in the enquiry should be properlybrought out in the Technical Tender.

    12.0.0 Compensation for submission of tender.Tenderers shall not be entitled to claim any costs, charges, expensed or incidentals for or inconnection with the preparation and submission of their tenders even though RashtriyaChemicals & Fertilizers may elect to withdraw the invitation to tender or reject all tenders.

    13.0.00 Pricing.

    13.0.01 Tenderers quotations must con-form in all respects to the applicablespecifications, drawings, data sheets, terms and conditions of this invitation to tenders.TENDERER must certify that his quotation complies with all enquiry documents andspecifications. Exceptions, and deviations if any should be specifically stated. In the event of

    the TENDERER not giving any exceptions and deviations in the tender then it will be construedthat the TENDERER has accepted RCFs invitation to the tender in full.

    13.0.02 TENDERER may offer a supplementary or alternative proposal (viz his standarddesign) but in doing so he must state all deviations and/or exceptions to the bas tender.Generally a tender offering only the alternative solution is not accepted.

    13.0.03 Tenderers should quote unit and lump sum prices. The price so quoted shouldbe all-inclusive and no claim for extras will be entertained.

    13.0.04 Tenderers should clearly indicate in

    the tender whether they are availing Modvat Credit or such other Credits or Duty Draw Backs.In such cases the TENDERER should stat in the tender that they have considered all suchbenefits for quoting their price in the tender.

    13.0.05 The Unit rate quoted in the tenderwill form the basis of compensation, if the scope of work is altered within mutually acceptablelimit.

  • 8/4/2019 292_2010-01-13_4

    19/83

    13.0.06 The tender shall be based on firmF.O.B/F.A.S. price and on reliable basis estimate of the freight cost from the port of loading toMumbai Port should also be given.

    Where there are special shipment terms for ODC/heavy lifts covered by special freightCONTRACT which will have to be unloaded by ships own Derricks/Jumbo cranes destinationport, price shall be on C & F terms only.

    The Indigeneous Tenderers shall quote free delivery at RCF Trombay site, and also giveseparately a reliable estimate of freight/transportation charges to site.

    13.0.07 Tenderers are required to state the name of proposed manufacturers of every item ofequipment which does not fall under their manufacturing range at the time of submitting thetender. All tenders shall be in the currency of the country from which the equipment andservices are to be acquired. In case of:

    i. Tenders submitted jointly by Manufacture(s) located in India and ForeignManufacturer(s).

    ii. Tenders submitted by Manufacturer(s) located in Indian and Foreign sub-supplier(s)and

    iii. Tenderers submitted by ForeignManufacturer(s) with sub-supplier(s), located in India.

    The tender documents shall be arranged to show separately the expenditure in Indian andNon-Indian currency.

    TENDERER shall quote all prices including percentages of total price in figures as well as in

    words. Where there is a difference between these, the rates given in words shall prevail.Erasures or overwriting of any kind in the tender may render the tender to outright rejection.Where necessary the original figures and words should be scored out and corrected figuresand words written again. The TENDERER shall have to attest the corrections.

    14.0.00 Price adjustment/escalation

    THE PRICE QUOTED SHOULD BE FIRM AND SUBJECT OT NO ESCALATIONWHATSOEVER DURING THE ENTIRE CONTRACT PERIOD, except for Statutory Leviesnamely Excise Duty, Sales Tax and Octroi. Rate of Excise Duty, Sales Tax and Octroi,applicable on the date of submission of the tender should be clearly mentioned in the tender.

    Payment shall be made at the rates applicable at the time of supply against documentaryevidence. However, in case of delay in supply, if there is any increase in statutory LeviesRCF shall restrict the payment of Statutory Levies as prevalent on the delivery date, asmentioned in the Purchase Order or Work Order and amendment(s) thereto. TENDERERshall submit to RCF necessary documentary evidence as may be required to enable RCF todetermine the rates of Statutory Levies applicable on the contractual delivery date.

  • 8/4/2019 292_2010-01-13_4

    20/83

    15.0.00 Agency Commission

    THE TENDERER should indicate the agency commission included in their offer payable toagents in India, if any. The agency commission shall be payable in equivalent Indian Rupeesagainst separate invoice from Indian Agents within 30 days after receipt and acceptance ofmaterials.

    16.0.00 Tenderers Obligation.

    i)- To conform to the fabrication schedule provided by him so as to complete the work withinthe delivery period quoted.

    ii)- To notify RCF as and when inspections, including pre-shipment inspection are due andarrange rework, if any as a consequence of such inspection.

    iii)- Place goods along side vessel of dock in FAS and on board in case C&F, FOB tendersand deliver material free at our Trombay site in case of Indian tenderers.

    iv)- Provide RCF with clean on board Bill of Lading or clear R.R.v)- Make good any damage or loss or both, until goods are delivered alongside in FAS and onboard in C&F and FOB contracts and in respect of Indian Contracts, until goods are deliveredor until goods are delivered to carriers in case of ex-factory delivery or until goods aredelivered to RCF site in case of free delivery to RCF.

    vi)- Before submitting the tenders, the tenderers should satisfy themselves of all existingconditions, limitations and official regulation at the site of the work and enroute and the lowsgoverning the CONTRACT. No claim whatsoever shall be entertained on the grounds ofignorance of site conditions and/or conditions prevailing in the surrounding areas.

    17.0.0 Standard & Measurements.

    Codes or standards equal or of higher quality than the codes or standards stipulated in theInvitation to Tender will be acceptable.

    Where a brand name with the phrase or equal have been specified in the Invitation to tender.TENDERER may quote for alternative articles or materials, which have similar characteristicsand provide equal performance and quality to that specified.

    Metric system has been adopted in the preparation of all design, engineering, and drawingincluding piping and tubing schedules. The tenderers also shall follow the metric system.

    18.0.00 Right of Acceptance & Rejection of Tender.

    RCF reserves the right to accept at their sole and unfettered discretion any tender for whole orpart quantities or to reject any or all tenders without assigning any reason thereof. No claim forcompensation etc., whatsoever will be entertained by RCF from unsuccessful tenderers.

  • 8/4/2019 292_2010-01-13_4

    21/83

    18.0.01 Past Performance of the Contractors

    The Contractors whose past performance have been found not satisfactory, in the opinion ofRCF, then, RCF reserves the right to refuse the tender documents, or reject the tender whileopening or evaluating the tenders. The decision of RCF regarding performance evaluationshall be final.

    19.0.0 Splitting of Tender.RCF reserves the right to split the tender in parts and to award the contract in full or in parts.

    20.0.00 Right of cancellation of CONTRACT.

    20.1.00 RCF reserves the right to cancel this CONTRACT or any part thereof and shallbe entitled to rescind the CONTRACT wholly or in part forthwith by a written notice to the

    CONTRACTOR if:

    20.1.01 The CONTRACTOR does not adhere to any terms and conditions of theCONTRACT including General & Special, Terms & Conditions.

    20.1.02 The CONTRACTOR fails to execute the job in time.

    20.1.03 The quality of the supply/part supply received is poor or not in conformity withthe requirement.

    20.1.04 The CONTRACTOR attempts for any corrupt practices.

    20.1.05 The CONTRACTOR becomes bankrupt or goes into liquidation.

    20.1.06 The CONTRACTOR makes a general assignment for the benefit of creditors.

    20.1.07 A receiver is appointed for any of the property owned by the contractor.

    20.2.00 Upon receipt of said cancellation notice; the CONTRACTOR shall discontinue allwork on the CONTRACT and matters concerned with it.

    20.2.01 RCF in that event will be entitled to get the job executed from any sources and

    recover the excess payment over the CONTRACTORS agreed price, if any, fromthe CONTRACTOR.

    20.3.00 RCF also reserves the right to cancel the CONTRACT due to Force Measureconditions and the CONTRACTOR will have no claim of compensationwhatsoever.

    21.0.00 Termination of CONTRACT for Convenience.

  • 8/4/2019 292_2010-01-13_4

    22/83

    21.0.01 RCF may by written notice sent to the CONTRACTOR, terminate theCONTRACT, in whole or in part, at any time for their convenience. The Notice oftermination shall specify that termination if for RCFs convenience, the extent towhich performance of work under the CONTRACT is terminated and date uponwhich such termination becomes effective.

    21.0.02 The work that is complete, at the time of receipt of notice of termination shall betaken over by RCF at the CONTRACT terms and prices.

    For the balance work RCF may opt:

    a)- to have any portion completed at the CONTRACT terms and conditions.b)- to cancel the reminder and pay the CONTRACTOR an agreed amount for material broughtto site for execution of work

    22.0.00 Correspondence.

    All correspondence in respect of this invitation to tender should be made in English quotingtender invitation reference number appearing on the front page. Correspondence should beaddressed in duplicate to:

    Chief Materials Manager (Purchase), Rashtriya Chemicals & Fertilizers Limited, AdministrativeBuilding, (Ground Floor), Chembur, MUMBAI 400 074, INDIA.

    23.0.00 Comparative Analysis of Tenders

    23.0.01 All tenderers, in whatever currencies they are will be converted into IndianRupees for the purpose of comparison. The rate of exchange used for suchvaluation will be those published by the Reserve Bank of India and ruling on thedate of opening of the price tender, unless there is abnormal change in the valueof currencies before the award of CONTRACT. In such event the exchange rateruling at the time of decision to notify the award of CONTRACT to the successfulTENDERER will be used.

    23.0.02 Comparison will be made between Indian offers (competitive) and Foreign offers

    on the basis of the landed price. RCF may however, give a margin of pricepreference to Manufacturers located in India at its sole discretion.

  • 8/4/2019 292_2010-01-13_4

    23/83

    23.0.03 To determine the best evaluated TENDERER, factors other than the price willalso be taken into consideration. The following points will enter into evaluation.

    i)- Tenders quoting firm price will be given preference over the tenders prices subject toescalation.

    ii)- Guaranteed delivery period as stipulated in the invitation to tender.

    iii)- Technical Quality (efficiency, reliability and suitability)

    iv)- Terms of payment an Interest rate of 11.5% [cash credit + 1%] per annum or such otherrate as decided by RCF from time to time will be used to compute the evaluation of prices incase of advance or progressive payments.

    v)- Tenderers experience in manufacturing similar equipment for similar duties and whethersuch equipments are in service and operating successfully at designed conditions.

    vi)- Maintainability and availability of maintenance assistance/support if India.

    vii)- Cost and availability of spare parts.

    viii)-Cost of vendors assistance in Erection and commissioning.ix)- Cost of expediting and inspection.x)- Tenderers guarantee (nature of warranty and warranty period).xi)- Compliance with tender terms, specifications, drawings and data sheets.xii)- Willingness to give shop drawings of spare parts and main equipments.xiii)- Tenders from Indian Public Sector Units.

    24.0.00 Terms of payment.

    24.0.01 Foreign SuppliersThe material will be paid for the currency of the country of origin. Incase theCONTRACT stipulates erection at the Indian site the charges for erection will bepaid only in Indian currency. Therefore, the TENDERER should clearly mentionthis amount in the tender.

    100% payment shall be made through irrevocable letter of credit againstsubmission of shipping documents and performance bond to cover defect liabilityperiod. The TENDERER shall have to furnish the name of their bankers foropening the letter of credit by RCF.

    24.0.02 Indigenous suppliers.

    RCFs normal payment term is payment within 30 days after receipt andacceptance of material at site, provided bank guarantee for performance ifstipulated with the CONTRACT is submitted

    24.0.03 RCF may with hold payment to such extend as may be necessary to protect itselffrom loss on account of:

  • 8/4/2019 292_2010-01-13_4

    24/83

    i)- Defective work not remedied.ii)-Failure of the CONTRACTOR to makepayment properly or for materials or for labour.

    iii)-Reasonable doubts that the CONTRACT cannot be completed with the balanceCONTRACT.

    iv)-Damage to another CONTRACTOR or to RCF property and probable filing of claims.

    v)- For other reasons mentioned else where in NIT.

    25.0.00 Advance payment.

    In case of large contracts if the CONTRACTOR essentially needs any advance payment thenthis should be clearly indicated in the Unpriced commercial part of the tender documents. Ifapproved by RCF, such advance payment will be released only on furnishing of suitable bank

    guarantee as per proforma enclosed for an amount equivalent to the advance payment. ANINTEREST RATE OF 11.5% OR SUCH OTHER RATE AS MAY BE DECIDED BY RCF FROMTIME TO TIME WILL BE USED AT THE TIME OF EVALUATION TENDER.

    26.0.00 Period for the completion of the CONTRACT.

    Time is the essence of the CONTRACT. The CONTRACT should be completed as per thetime schedule given in the CONTRACT. The time schedule includes but not limited to time forsubmission of drawings for approval, incorporation of comments if any, final approval ofdrawing by RCF. However, if the approval of the drawing is delayed beyond 10 days from thedate of receipt of RCF Office, corresponding extension in time shall be allowed provided

    CONTRACTOR gives a notice in writing that the approval in drawing is delayed and requestsfor extension of delivery period correspondingly. The CONTRACTOR shall furnish detailedPERT Chart indicating various events and activities, in his tender. CONTRACTOR shall submitto RCF their time schedule in respect of documentation, manufacture and supply of equipment,clearly indicating all main or key events such as material procurement, manufacturingactivities, testing, documentation, delivery, transportation, erection, etc.

    RCF representative shall have the right to inspect the manufacturing activities at theCONTRACTORs premises with a view to evaluate the actual progress of work on the basis ofCONTRACTORs time schedule given to RCF. RCF reserves the right to appoint third partyinspection agency in addition to RCFs own inspection. All third partys inspection charge will

    be pad by RCF, unless otherwise specifically stated in the Purchase Order or Work Order.

    Notwithstanding the above, in case of the progress in execution of the CONTRACT at variousstages is not as per the time schedule or is not satisfactory in the opinion of the RCF whichshall be conclusive or if the CONTRACTOR neglects to execute the CONTRACT with duediligence and expedition or shall contravene the provision of the CONTRACT. RCF may givenotice of the same in writing to the CONTRACTOR calling upon him to make good the failure,neglect or contravention. Should the CONTRACTOR fail to comply with such notice within theperiod considered reasonable by RCF and specified in such notice RCF shall have the option

  • 8/4/2019 292_2010-01-13_4

    25/83

    and be at liberty to take the CONTRACT, wholly or in part, out of the CONTRACTOR andmake alternative arrangements to obtain the requirements and completion of the CONTRACTat the CONTRACTORs risk and cost and recover from the CONTRACTOR all extra costincurred and agreed liquidated damages by the RCF on this account. In such an event RCFshall not be responsible for any loss that the CONTRACTOR may incur and CONTRACTORshall not be entitled to any gain. RCF in addition shall have the right to forfeitSecurity/Performance Deposit in full or part.

    26.0.01 Liquidated damages for late delivery

    In the event that the CONTRACTOR fails to meet the time schedule agreed for submission ofdocuments and/or supply of equipments or materials the CONTRACTOR shall pay the agreedliquidated damages. The agreed liquidated damages will be calculated on the totalCONTRACT price including subsequent modifications if any, and price escalation, ifcontractual but exclusive of spare parts.

    i. In case of delay in supply of documents total price shall be reduced at the rate of 0.1%for complete week of delay subject to a maximum of 0.5% per document group.ii. In case of delay in delivery of equipment/material including shipping documents priceshall be reduced at the rate of 0.5% for complete week of delay subject to maximum of 5% ofCONTRACT value.

    One weeks grace period will be granted in the calculation of the delay. Date of delivery is thedate of clean on board Bill of Lading or date of clear R/R and in case of direct delivery to ourStores the date of receipt at Stores.Notwithstanding the above in the event of protracted delay in delivery, RCF shall reserve theright either to cancel the CONTRACT wholly or partially and make alternative arrangement at

    the risk and cost of the CONTRACTOR with a notice of seven days to the CONTRACTOR.

    27.0.00 Inspection and Testing.

    RCF shall have the option to appoint an Inspection Agency for stage and final inspection of theequipment/material ordered under the CONTRACT. All testing and trails including thosecarried out for material, whether or not manufactured by CONTRACTOR, shall be witnessedby our Inspector. All the test certificates in original as required shall be furnished by theCONTRACTOR. Along with the supply of the equipment/material. The CONTRACTOR shallarrange where ever necessary and applicable, inspection as per statutory provisions such asIndian Boiler Regulation, Indian Electricity Act, Indian Explosive Act, etc. The CONTRACTOR

    shall be responsible for arranging the visit of the Boiler Inspector Electrical Inspector,Explosive Inspector, or any such statutory authority for obtaining necessary clearance beforethe supply of equipment/material.

    The equipment shall be despatched only after the inspection and acceptance certificate issuedby the Inspector in writing, unless otherwise provided for the CONTRACTOR. Copies of theinspection and acceptance certificates shall be sent to RCF along with the advance copies ofthe invoice.

  • 8/4/2019 292_2010-01-13_4

    26/83

    28.0.00 SUB CONTRACT.

    Written consent of RCF should be obtained before the work is sub contracted, in case theCONTRACTOR intends to employ SUB CONTRACTOR(s). Sub contracting shall not implyany limitation of CONTRACTORs liability to fulfill the CONTRACT. Should the SUBCONTRACTOR, in the opinion of RCF, appear to be unfit to carry out his part of theCONTRACT or the progress of the SUB CONTRACTORs work in such that the planned timeof completion within the terms of the order is jeopardized, RCF shall have the right to instructthe CONTRACTOR in writing to terminate the SUB CONTRACT without notice or a shortnotice. This shall not give raise to any claim from SUB CONTRACTOR or relieve theCONTRACTOR from any of his contractual obligations and responsibilities.

    29.0.01 Disputes and Arbitration

    In the even of any question, dispute or difference arising under the CONTRACT, the sameshall be referred to the sole arbitration of a person appointed to the Arbitrator by CMD, RCF.There will be no objection that the Arbitrator is in service of RCF that he had to deal with thematters to which the CONTRACT relates or that in the course of his duties as an employee of

    RCF he had expressed views on all or any of the matters in dispute or difference. TheArbitrator shall give a reasoned or speaking award. The award of the Arbitrator shall be finaland binding on the parties to the CONTRACT. In the event of the Arbitrator dying, neglectingor refusing to act or resigning or being unable to act for any reason, it shall be lawful for theCMD. RCF to appoint another Arbitrator in place of outgoing Arbitrator in the manneraforesaid. The venue of arbitration shall be Mumbai.

    30.0.0 Transit Risk Insurance.All consignments under the CONTRACT, which are despatched to RCF, will be covered for

    Transit Insurance under RCFs Open General Insurance Policy with the underwriters M/S.THE NEW INDIA ASSURANCE CO. LTD, DIVISIONAL OFFICE-112700,CO-

    OPERATIVE INSURANCE BUILDING, 4 TH FLOOR, ABOVE KASHMIRI ARTEMPORIUM, SIR P.M ROAD, FORT, MUMBAI-400001.

    CONTACT PERSON SHRI DR. V.W.MAITRA,OFFICIATING DIVISIONAL INCHARGE,

    MOBILE-. 9324527979/ Mr. NARENDRA BABU, 9867005209,22020603.

    or such other Insurance Company as may be prescribed by RCF from time to time.

    Advance intimation of despatch of consignment(s) shall be given by the CONTRACTOR to ourunderwriters indicating there in the manner of despatch, nature of packing, weight and suchother details as required for insurance coverage. The CONTRACTOR should ensure that theabove information is forwarded under Registered Acknowledgement Due Letter, andacknowledgement received is kept in their record. The contractors shall also ensure that

    supply of material is adhered to as per CONTRACT and packings are as per specifications laidout under Marine Insurance Guidelines.

    CONTRACTOR shall assist RCF, Insurance Co., Surveyors, and any other coordinatingagency appointed by RCF for early settlement of claim(s) if any.CONSIGNMENTS DESPATCHED ON CIF OR FREE DELIVERY TO RCF BASIS SHALLNOT BE INSURED AGAINST RCFS OPEN GENERAL INSURANCE POLICY.

    30.0.01 Indigeneous Suppliers.

  • 8/4/2019 292_2010-01-13_4

    27/83

    The consignment shall be insured for cost plus freight plus taxes if applicable, with the M/S.THE NEW INDIA ASSURANCE CO. LTD, DIVISIONAL OFFICE-112700,CO-

    OPERATIVE INSURANCE BUILDING, 4 TH FLOOR, ABOVE KASHMIRI ART

    EMPORIUM, SIR P.M ROAD, FORT, MUMBAI-400001.

    CONTACT PERSON SHRI DR. V.W.MAITRA,OFFICIATING DIVISIONAL INCHARGE,

    MOBILE-. 9324527979/ Mr. NARENDRA BABU, 9867005209,22020603.

    or such other Insurance Company as may be prescribed by RCF from time to time. TheIndigeneous Suppliers shall intimate the above underwriters in writing as soon as theconsignment is despatched with despatch particulars.

    30.0.02 Foreign Suppliers.

    The consignment shall be insured against all the risks including SRCC from supplierswarehouse to warehouse of RCF with the above underwriters. Foreign suppliers shall intimatethe above underwriters in writing as soon as the consignment is despatched from their workswith despatch particulars.

    31.0.0 Taxes and Duties

    All taxes and duties should be shown separately in the tender where ever applicable. RCF isregistered under Central Sales Tax Act as well as Maharashtra Sales Tax Act. Central orMaharashtra Sales Tax as applicable should be stated in the quotation. In case of CST CForm will be issued. Our CST No. is 400074 C.I. dated 01.04.96and MST No. 400074 S Idated 1.4.96. Excise duty as applicable should also be clearly and separately shown in thetender. CONTRACTOR shall submit all original documents for payment of Excise Duty,Customs Duty, Octroi, etc.

    32.0.00 Jurisdiction of Court

    The CONTRACT shall be deemed to have been entered into at Mumbai and all causes ofaction in relation to the CONTRACT will thus be deemed to have been arisen only within the

    jurisdiction of the Mumbai Courts.

    33.0.0 SecrecyAny information derived or otherwise communicated to the CONTRACTOR in connection withthe CONTRACT shall be regarded as secret and confidential and shall not without the writtenconsent of the RCF be published or disclosed to any third party or made used of by theCONTRACTOR except for the purpose of implementing the CONTRACT.

    34.0.00 Law governing the CONTRACT

    This CONTRACT shall be governed by the laws of Union of India for the time being in force.

    35.0.00 Negotiations

    RCF may not conduct any negotiation for the tender as far as possible. However, RCFreserves the right to conduct negotiation if the conditions so warrant.

  • 8/4/2019 292_2010-01-13_4

    28/83

    36.0.00 Other Requirements

    All tenderers should submit the following documents along with the commercial part of thetender.

    1)- A certificate signed by Independent Chartered Accountant furnishing the names of anyAssociated Units of the TENDERER or names of any Units in which any of theDirectors/Partners of the TENDERER has any interest. In case the TENDERER has noassociated unit and/or none of the Directors/ Partners have interest in any other unit(s) theyshould furnish a certificate from Chartered Account of this effect.2)- CONTRACTOR should declare the name(s) of his or the firms partners/relatives if they areworking in RCF. If relative(s) of CONTRACTOR is/are working in RCF, a certificate to thiseffect shall be furnished by the CONTRACTOR.3)- CONTRACTOR should furnish the latest Income Tax Clearance Certificate.4)- CONTRACTOR should furnish the Solvency Certificate issued by their Bankers in a sealedcover.5)- CONTRACTOR should complete the proforma on Status of TENDERER as per annexureenclosed.

    6)- CONTRACTOR should furnish Sales Tax Clearance Certificate and if they are exemptedfrom payment of Sales Tax, the exemption certificate to be furnished.

    37.0.00 Force Majeure.

    Neither the CONTRACTOR nor the RCF shall be considered the default in the performance oftheir contractual obligations under the order so long as such performance is prevented ordelayed for reasons, such as Acts of God, severe earthquake, typhoon or cyclone (exceptmonsoon) floods, lightning, landslide, fire or explosion, plague or epidemic, strikes, lockoutslasting more than 14 consecutive calendar days sabotage, blockages, war, riots, invasion, actof foreign enemies, hostilities, (whether war be declared or not), civil war, rebellion, revolution,

    insurrection, or military usurped power or confiscation or trade embargoes or destruction orrequisition by order of any Government or any public authority.CONTRACTOR shall notify RCF about the occurrence of the force majeure events andprovided RCF with the details of the arising and ceasing of the impediment. At the end of theimpediment CONTRACTOR shall provide justificatory documentation countersigned by theLocal Chamber of Commerce.Should one or both the parties be prevented fulfillment of the contractual obligations by a stateof force majeure lasting continuously for a period of six weeks the two parties shall consulteach other regarding the future implementation of the CONTRACT. The mere shortage oflabour, materials or utilities shall not constitute force majeure unless caused by circumstances,which are themselves, force majeure.

    CONTRACTOR shall endeavor to prevent, over come or remove the causes of force majeure.No ground for exemption can be invoked if the CONTRACTOR failed to give timely notice by aRegistered Letter and subsequently sup-ported by documentary evidence.

    38.0.00 Patent Rights.

    The CONTRACTOR shall fully indemnify RCF, its customers and users, against any action,claim or demand, costs or expenses, arising from or incurred by reason of any infringement oralleged infringement of letters, patent, trade mark or name, copyright or other protected rights

  • 8/4/2019 292_2010-01-13_4

    29/83

    in respect of any materials supplied. All royalties and the like payment shall be paid directly bythe CONTRACTOR.

  • 8/4/2019 292_2010-01-13_4

    30/83

    ANNEXURE - VIII

    TECHNICAL SPECIFICATIONS FOR

    NOTICE INVITING TENDER

    FOR

    THE SUPPLY OF

    PLC BASED SYSTEM

    FOR

    EFFLUENT TREATMENT PLANT

    OF

    RASHTRIYA CHEMICALS AND FERTILIZERS LTD.,

    CHEMBUR, MAHUL ROAD, MUMBAI 400 074.

  • 8/4/2019 292_2010-01-13_4

    31/83

    C O N T E N T S----------------------

    SECTION TITLE

    I INTRODUCTION

    II GENERAL SYSTEM AND TECHNOLOGY REQUIREMENTS.

    III FUNCTIONAL REQUIREMENTS OF PLC

    IV CONFIGURATION AND TECHNICALSPECIFICATIONS OF PLC

    V SCOPE OF SUPPLY AND SUPPORT SERVICES

    VI CONDITIONS AND REQUIREMENTS OF BIDDING

    VII PRICE BID FORMAT

  • 8/4/2019 292_2010-01-13_4

    32/83

    CHAPTER I

    INTRODUCTION

  • 8/4/2019 292_2010-01-13_4

    33/83

    1.0 INTRODUCTION

    Rashtriya Chemicals and Fertilizers Limited, owns and operates manufacturing facilities forvarious fertilizers and industrial chemicals at its units at Trombay and at Thal in MaharashtraState, India.

    In Trombay Unit The effluent treatment plant (ETP) was commissioned in the year 1978. Allthe field mounted instruments are of electronic type. The control room is comprising of discretepanel mounted instruments.

    1.1 SYSTEM REQUIRMENT

    It is proposed to install a PLC based process control system for EFFLUENTTREATMENT PLANT (ETP). The system should full fill all the following requirements.

    The system should be proven one and the redundancy should be at Processor,power supply, system bus, Communication controller and Memory level.

    There should be one engg. cum operator station and other operator stationlocated in main control room.

    Plant shall be controlled from both the operator station. Even, any one operatorstation fails the plant shall also be controlled from other. Even if engg. cumoperator station fails / stopped due to some reason the operator station shouldcontrol the process and all historical / current trends are maintainedindependently .

    Both the station should be latest industrial PC of make Advantech / Dynalog/Portwell Laxson. Configuration of workstation shall have minimum configurationsuch has harddisk -160 GB, RAM-2 GB, DVD R/W, floppy drive, CD drive, CPU dual core Pentium. There should be redundancy for the power supply and harddisk for each workstation.

    The TFT monitor should be 21 (Commercial grade).

    One number of DeskJet and ONE number of color LASER printer shall beprovided with separate stands & covers.

    Both the workstations and printers shall be provided with furniture suitable forambient operating temp. conditions for installation. Two No. revolving chairs also.All furniture should be Godrej make.

    The SCADA software offered should have graphic facility, real time and history

    trends, event logging, alarm management and report generation in excel file. Theoperating system should be Better Windows system.

    Supply of required numbers of system cabinet, marshalling cabinet andPowerdistribution cabinet is in vendors scope.

  • 8/4/2019 292_2010-01-13_4

    34/83

    CHAPTER II

    GENERAL SYSTEM ANDTECHNOLOGY REQUIREMENTS

  • 8/4/2019 292_2010-01-13_4

    35/83

    2.0 OVERALL REQUIREMENTS- SYSTEMS AND TECHNOLOGY

    2.1 BACKGROUND

    Presently conventional electronic instrumentation is used in control room and field. The logicsystem is relay based. Conventional vertical panels for operators are located in control room. Itis proposed to replace this control system with latest microprocessor based scalable PLCControl System with SCADA package. The system requirement mainly consists of Monitoringof Process parameters, execution of process interlocks which shall be incorporated inControl System itself, and few regulatory (PID) control loops. The vendor must thereforespecify the appropriate control system that is scalable, robust, secure, cost effective with easyto use hardware and software system solution that caters adequately to plants I/O counts.

    2.2 SCOPE

    This specification covers general requirements, functional requirements, design features,

    hardware, software, performance, services, and documentation required for the ControlSystem & its auxiliary equipment to be supplied for the above project. The scope includes:System hardware, software, spares;Testing at factory & at site;Erection and commissioning of the control system;Documentation, maintenance contract , supply of spares andOther necessary items to make the system operable & complete to the satisfaction of owner.

    2.3 TECHNOLOGY AND OBSOLESCENCE

    The Control system to be supplied shall incorporate advanced state of art technology, whichshall guarantee freedom from obsolescence at least for 15 years. Furthermore, the intelligenceshall be extensively distributed up to the field level.

    The Control system to be offered shall be the latest in the product range of the principal of thevendor. The bidder shall certify that the product offered is the latest and proven in their ControlSystem family. Any impending product launch shall also be indicated in the bid, along withfeatures for up gradation compatibility. The offer is liable to be rejected if the system offered isnot the vendor's latest system product or if prior information is not furnished about impendinglaunch of a new system.

    2.3.1 Use of standard Procedures:

    The system shall be composed of manufactures standard hardware, systems software andFirmware, which can be configured to meet the stated requirements. The operating systemshould be Better Windows system.

  • 8/4/2019 292_2010-01-13_4

    36/83

    2.3.2 Field Proven Systems

    All hardware, software and firmware supplied with the system shall have been field provenprior to placement of order. Field proven is defined as successful operation at a fieldinstallation of 12 or more months. Vendor shall guarantee that he will support all systemhardware and firmware with spare parts and service for a period of 15 years from placement oforder.

    2.3.3 Spare Capacity and Expansion Capability

    The PLC system shall be delivered to the installation site with the following minimum sparecapacity and expansion capabilities. Redundant capacity is not considered to be sparecapacity.

    a) Spare Capacity

    i) Process I/O modules shall contain 20% installed spare I/O capacity. Othersystem components to support the spare I/O such as Process I/O power supplycapacity, terminal block, I/O cables, I/O communications, etc., shall also beinstalled with 20% spare capacity. If terminal blocks are pre wired to theprocess I/O then these shall also be pre wired to the spare I/O.

    ii) Process I/O racks shall have an additional 20% spare rack space , withoutinstalled modules. These space shall be used for installing any type ofmodules of any mix at latter stage.

    Process control device as well as the communication system shall be sizedsuch that not more than 50% of processing capability and memory is utilized.The vendor shall provide estimated loadings of the communication systemsto substantiate this requirement. The loading indicated here is the worst caseof high system activity referred to the use of memory, CPU time andcommunication capacity for the sub-system.

    iii) Cabinet, which contain terminal blocks, shall be provided with 20% spareterminal blocks. This 20% spare is over and above the 20% spare I/Ocapacity mentioned earlier.

    2.3.4 Software Revision Levels

    The vendors standard system operating software delivered to the installation site shall be themost recent field proven revision level available at the beginning of the Pre FactoryAcceptance Test (FAT).

  • 8/4/2019 292_2010-01-13_4

    37/83

    2.3.5 Third Party Equipment

    All equipment provided as part of this system that is not manufacture by the Vendors shallbe of reputed make and supplied by original Vendor and shall be latest model at the time ofplacement of contract or order. All such equipment shall meet all applicable projectspecifications and will need RCFs approval before finalizing.

    2.4OPEN ARCHITECTURE DESIGN

    The Control System to be offered shall conform to open and distributed architectural design.The proposed system shall be a microcontroller based process control system. It shall permitdata acquisition and control (both regulatory and sequential) functions to be performed atmultiple (distributed) locations while providing capability to monitor and control the processfrom a central location. The system shall be sufficiently scalable and flexible that it can beconfigured to a wide range of process requirement at the loop and the component level withoutthe changes in hardware. In simplest configuration it calls for a deterministic networkconnecting Engineering and Operator Workstation, multifunctional controllers and I/O

    subsystem into an integrated system.

    The objective of open system besides process measurements, controls & report management,is to reduce the system integration by providing connectivity, conformance, multi-vendorinteroperability, and information integration networking etc without providing extra hardware orgateway interface. The system shall have inherent capability to integrate and exchangeinformation with other brand system devices and platforms via industry standardcommunications, platforms and protocols such as Modbus, Profibus, Foundation Fieldbus,OLE for Process Control (OPC) or Ethernet TCP/IP. Hardware and software drives areneeded.

    The system design must ensure openness at information level but security at control level toensure safeguard at process level against unauthorized entries and virus attacks.

    The open architecture control system should be based on open industry standards rather thanproprietary to the extent applicable and necessary. Some of the features envisaged in opensystem are:

    2.4.1 SYSTEM HARDWARE

    The hardware platform shall serve as a platform for implementation of third party applications.

    2.4.2 SYSTEM COMMUNICATIONS

    Control system communication shall be based on ISO-OSI reference model to providemigration path to evolving communication standards. The communications system shall alsosupport local area network to optimize loading & throughput.The control system shall have the capability of direct communication connections to plantnetworks using open system technology drivers needed.Communication capability shall also include multi vendor information connectivity.

  • 8/4/2019 292_2010-01-13_4

    38/83

    Communications shall be based on the following or equivalent standards.IEEE 802.3IEEE 802.4IEEE 1118ETHERNETTCP/IPNFS

    2.4.3OPERATING SYSTEM AND APPLICATION SOFTWARE.

    The operating system of an open system shall be based on Better Windows system.

    2.4.4DISPLAYS

    The user interface shall be based on powerful MMI on Windows XP platform (True 32-bitarchitecture) and supporting multimedia. Simultaneous display of multiple windows and panelsmust be possible for powerful navigation and process control. The Workstation software designmust allow for simultaneous (multi-tasking) windows sessions.

    2.4.5DATABASE MANAGEMENT

    Data base management capabilities through SQL.

    2.4.6 It shall have provision of IEEE 802.3, Ethernet and TCP/IP protocols for communicatingwith MIS systems.

    2.4.7 SP-88 / open standard compliant fieldbus for communication to field instruments shallbe provided. The full direction and plan of future growth to SP-88 compliant / open fieldbusshall be indicated.

    2.4.8 Migration to open standards as stipulated above shall be possible at the modular level(for each node on the system highway) and shall be achievable with the minimum of hardware.

    2.4.9 Conformance/seamless migration to open architecture is an important requirement ofthis tender. Failure to comply with these specifications or failure to indicate a cost effective andseamless migration to open architecture would make the offer liable to be rejected. The biddermay also provide information of the activities of their principal's participation in openarchitecture activities and fieldbus.

    2.5PROVENESS OF THE SYSTEM

    The system to be offered shall be a proven system which shall already be installed andin operation at least for two years in India or abroad in a continuous process industry of acomparable size and scale. The bidder shall submit a list of such installations with referencesof the companies, size, value of orders, no. of years in operation etc.

    The bidder shall have had competent and proven expertise in supply, commissioningand servicing of comparative control system in India.

  • 8/4/2019 292_2010-01-13_4

    39/83

    CHAPTER III

    FUNCTIONAL REQUIREMENTS

  • 8/4/2019 292_2010-01-13_4

    40/83

  • 8/4/2019 292_2010-01-13_4

    41/83

    I/O CARDS

    a) The I/O cards shall be intelligent type and shall be connected to the terminals by means ofprefab cables. I/O redundancy is required for all the closed loops, certain critical inputs andall digital outputs.

    b) I/O cards shall have built in galvanic / optical isolation for input and output. The isolationshall be provided between each of the channels in I/O rack.

    c) I/O card redundancy must be at the card level and not at the rack/ nest level. Failure of oneI/O card shall not render the entire nest / rack unusable.

    d) I/O card racks shall have expandability. The card rack shall not be loaded for more than80 percent capacity.`

    LIST OF I/O COUNT

    Sr.no Signals Count 20% Extracount

    Total

    A) Analog Signals.

    I) For closed loop control

    a) 4 - 20 mA dc Inputs 06 02 08

    b) 4 - 20 mA dc Outputs 06 02 08

    II) For monitoring purpose

    a) 4 - 20 mA Inputs(from transmitters)

    60 12 72

    b) 4 20 mA Inputs(non powered)

    13 03 16

    B) Digital Inputs

    a) Potential free digitalinputs

    160 32 192

    b) Potential free digitaloutput

    160 32 192

    (NOTE : FOR EACH DO A INTERPOSING RELAY IS TO BE PROVIDED WITH

    CONTACT RATING OF 230 VAC, 5 A WITH 1 NO AND 1 NC CONTACT.)

    3.2 CONTROLLER FUNCTIONS

    All the controllers shall be microprocessor (minimum 32 bit) based state of the arttechnology, mounted in multi rack cabinet connected to a common communication highway. Allthe controller modules shall be capable of performing at least the following functions:

  • 8/4/2019 292_2010-01-13_4

    42/83

    a) Data acquisition from I/O modules.b) Regulatory PID control with different types (both direct & reverse acting type)c) Ratio controld) Cascadee) Feedforwardf) Anti reset windupg) Lead-lag controlh) Arithmetic function like +,-,X,/ etc.i) Auto manual bumpless transfer.

    j) Manual output rampk) Logic functions like AND,OR,NOT,EXOR etc, configurable via

    Builder software using ladder diagram, functional block diagrams of logic gates,sequential functional charts, statement list or structured text through EngineeringWorkstation.

    l) In built timers and counters for handling process and batch interlocks

    m) Characterizer block

    n) Alarm setting of different parameters

    o) Displaying and adjustment of the tuning parameters etc through MMI.

    p) Square-root extraction

    g) forcing of input and out put status of Digital I/O through MMI.

    h) Totalisation of Flow signals and Addition and subtraction of the same for

    inventory calculations.

    i) Batch controller

    All the above control functions shall be available in the form of algorithms/ function blocks andit shall be easily (software) configurable by the user.

    Full redundancies for following are required :

    Closed loops & Open Loops :

    Processor ---- 1:1Power supply ---- 1:1System bus ---- 1:1I/O bus ---- 1:1Communication controller ---- 1:1Memory ---- 1:1

  • 8/4/2019 292_2010-01-13_4

    43/83

    a) The controller updating time shall be not more than 500 millisecond depends on loading(user definable) for all the loops connected to it.

    b) There shall be hot standby for each controller and associated cards (such as memory card,communication, switch-over control card, etc) and the standby shall take over smoothly inthe event of failure of the working controller. The switch over from failed to standby-redundant controller module must be bump less and exactly at the same stage of execution(scan) cycle where failure in main controller occurs.

    c) Further any changes made in the tuning parameters, alarm settings, bypass of I/Os fromOperator station to the main controller module must be automatically copied into theredundant module. Also online changes made in the configuration of loops/logics fromEngineering Workstation must get copied in both the controllers simultaneously, without theneed for manually switchover from main to standby controller, while downloading.

    d) The databases of both the controller modules must be same at any given point of time andthe execution cycles of the main and redundant processors must be synchronized. Exceptfor addition of hardware and Tags, all the modifications in the existing loops must bepossible online through Engineering Workstation. Downloading of online modification to thecontrollers must be fast without affecting the scan rates of controller.

    e) The controller modules shall have redundant power supply. Controller power supplies must

    be designed specifically to complement and integrate with controller and I/O subsystem.f) The communication from the controller shall be redundant.g) The redundant cards of the system must be hot swappable without affecting the

    performance of card in line. Further the controller shall have the ability to automaticallyidentify and addition of new hardware such as I/O or communication card. This featuremust also lead to increased online addition of loops/ interlocks. Also auto detection ofmismatch between the configured card slot and the inserted card type is required and thesame shall release an alarm on the Operator Station.

    h) It shall be possible to download the data contents of the controller on to a mass storagedevice and the same shall be reloaded automatically on to the controller to prevent loss ofdata during prolonged power failures. The downloading/reloading operation shall be fast

    and shall be possible from any station console. Failure of any controller should beindicated/ printed on operator/engineer station with audible/voice alarm. The system shouldreboot automatically itself if the power is restored. The RAM contents of the controller mustbe battery protected for at least 72 hours in case of power failure.

    i) It is planned to go for minimum one or two controllers as redundant

    3.3 OPERATOR AND OPERATOR CUM ENGINEERING WORKSTATION (INDUSTRIALPC)

    The Operator and Operator cum Engineering Workstation shall be latest industrial PCof make Advantech / Dynalog/ Portwell Laxson. Minimum configuration of workstation

    shall have hard disk -160 GB, DDR2-RAM-2 GB, DVD R/W, floppy drive, CD drive, CPU dual core TM2 Extreme Processor QX6850 Pentium. There should be redundancy forthe power supply and hard disk for each workstation. The TFT monitor should be 21(Commercial grade), Samsung / Dell.

  • 8/4/2019 292_2010-01-13_4

    44/83

    The workstation should be industrial PC only. Operator cum Engineering Workstation will belocated in the main control room.

    The workstation software must also be scalable meaning that software modules are designedand tested to complement one another and to integrate together to form a sophisticatedscalable process control system solution.

    When configured in operations mode, the operator shall be able to perform following mainfunctions from these consoles:

    a) Monitoring/controlling of the entire plant.( Regulatory and supervisory).b) Trend display, trend group.c) Alarm Display and print out, alarm history.d) Report generatione) Graphicsf) Computation and statistical functions through high level programming language

    having Basic-like commands such as VBAg) Set Tuning parameters and Limits, enable/ disable alarms and force input and

    output status for all instrumentsh) Control group with faceplates.

    The details of the above functions are listed below:

    3.3.1 MONITORING/CONTROLLING

    Dynamic Display of the entire parameters as given below:

    a) Overall view of the Plant.

    b) Area-showing the graphic & numerical values with engineering units wherever applicable,each parameter (measurement, set point) and alarm status of each area of the plant.

    c) Group - shall include, apart from those mentioned in area display, the details of controllersand its alarm status.

    d) Loop - shall include the details mentioned in area & group displays and the complete loopdetails which include measurement, set-point, output values, valve positions etc.

    e) Dynamic Display of Process Logic in Ladder/ Gate logic with colour changes.

    The system shall provide a screen update time not exceeding 1 sec.

  • 8/4/2019 292_2010-01-13_4

    45/83

    3.3.2 TRENDING

    The system shall have the features of both real - time trend and historical trend displayat the console which shall also be available as a hard-copy / spooled file.

    The real-time trending shall be possible for all the parameters of all the loops of theplant. However, user shall have the flexibility to assign and reassign any of the loops to thereal-time trend database.The real-time trend shall have a scan time preferably 1-2 sec and the display time-frame shallbe user definable from 1 min to 2 hours.

    Trends viewing shall be available in following three formats:a) Free scrolling along the time dimensionb) Comparison of two parameters in X, Y chartsc) Fish eye functionality for analyzing trends in greater detail.

    The historical trend values are to be stored on mass storage device for at least 30 days withscan time of 1 sec. and this data shall be available on demand on the operator console. Thetrend display for historical trend shall be available on the screen for user-defined time frames

    from 1 to 60 days (configurable) for at least 200 tags.It shall be possible to magnify the trend values by assigning a user-defined window with lower

    and upper limit of the trend value range (i.e. magnify a part of the trend screen). A verticalmarker / pointer shall be possible on historical and current trend to pinpoint the value at anypoint on the trend.

    3.3.3 ALARM DISPLAY, SETTING & PRINTING

    The console shall have the facility to set the alarm limits (such as low, extra low, high,extra high, ON/OFF or trip etc.) for all the status of input /output, process variables as well asset point, output and deviation on the above three variables. It should display the alarm

    conditions based on the above parameters and other contact input changeover, which shall beconfigurable. The alarm condition shall be displayed in a form distinguishable from the normaldisplay. Priority alarm & standard alarm conditions should be further distinguishable byconfigurable colour and audio. All the alarms shall be accompanied by audio /voiceannouncement till the same is acknowledged and shall have blinking facility for the priorityalarms. The alarm conditions shall be available in all the area, group & loop displays. Differentaudio tones shall be available to distinguish between different areas or types of alarms.

    The alarm area should be dedicated for displaying active alarms. It should be always on thetop. It should allow single-click access to the related faceplate of the tag gnerating the activealarm.

    All the alarms shall be printed on a printer with time & date, message and cause. Return tonormal condition shall also be printed. These two types of messages shall be easilydistinguishable in the printout. This can be possible, for example, by providing event messagein slanting italic print and other alarms in normal print. A hysteresis /dead band (user definable)shall be applied to the predefined limits before alarm restoration message is displayed/printed.

    In addition to printing, it shall be possible to store the event log for the last 72 hours on a massstorage device, which shall be printed on demand by the user.

  • 8/4/2019 292_2010-01-13_4

    46/83

    The only source of process and event alarm has to be process controller and all decisions oralarm limits must be executed in the controllers. The time stamping of the alarms/ events shallbe as per the controller scan time and displayed in the order in which controller detects them.The display, monitoring, storage and analysis of alarms shall however be on the Operator /Engineering Workstation.

    In addition to the process alarms, the system shall have an inbuilt diagnostic to indicate systemalarms on failures of any system components such as communication bus, Controller andassociated cards and I/O subsystem. The audio tone and display area on the Operator screenshall be easily distinguishable from the process-related alarms.

    3.3.4 REPORT GENERATION

    Following reports are required on demand as well as automatically.

    a) Shift/Daily/Monthly reports of different process variables.

    b) Hourly avg., hourly total, hourly max/min, instantaneous values of the process variables.

    c) The shift/ daily/monthly report shall be printed automatically at a specified time. But the ONDemand report shall be printed with demand from operator station.

    d) Daily/Monthly reports showing raw material consumption and production of limited goods.e) Energy consumption report for a section/total plant.

    f) Energy and mass balance and other analysis reports.

    g) System diagnostic reports in case of failure of any module/component of the system both

    current and historical.

    h) Management Information Reports.

    i) Log of operator initiated actions, on demand.

    j) Alarm and trip review reports.

    The formats and other details of the various reports shall be designed in consultation with thepurchaser.

    Apart from pre-formatted reports mentioned above, there shall be a report writer with SQL-likecommands to retrieve and generate reports in user definable formats. System shall support thedisplay of reports on screen, printing on paper and integration into Microsoft EXCELSpreadsheets.

    The reports shall have a retention of generally 3 days and these shall not be overwritten /scratched by the subsequent reports. There shall be a spooling facility where the reports arepreserved as spool files and can be queued to the printer at a later stage.

  • 8/4/2019 292_2010-01-13_4

    47/83

    There shall be facility for storage of above reports whenever required on a CD / DVD.

    3.3.5 GRAPHICS

    It shall be possible to build dynamic graphic displays from the console from which it shall bepossible to have dynamic control of the process. The Graphics Environment shall be 32 bitObject Oriented.

    It shall be possible to create, modify, and delete the pictures through interactive sessions. Thegraphics modules shall enable creation of statics (plant schematics) and dynamics (processvariables). Standard building blocks / templates/symbols (as per, but not limited to ISA-5.1-1984) pertaining to a process industry like pipeline, valves, pumps etc. shall be provided andthe user shall use these standard blocks to create graphics without the help of anyprogramming language. It shall also be possible to add user-defined symbols to the library oftemplates.

    The current values of process variables with engineering units shall be displayed in theobjects. Abnormal conditions shall also be displayed in the graphics. Once a picture has been

    built, it shall be possible to add to any other picture/ pictures as sub picture. Scaling, scrollingand zooming of graphics shall also be possible.

    Graphics and text creation shall be facilitated through tools such as touch-screen/ mouse/track-ball.

    It shall be possible to generate graphic drawings on a PC in off line mode and down load thesame off line without shut down of the system. If storage of graphics is done on a separatehard disc then the hard disc shall be redundant type.

    3.3.6 COMPUTATION

    The system shall have computational capabilities such as:

    -Pressure & temp. compensation for compressible fluids-Integration with the time (for flow measurement application)-Transformation into different engineering units.-Other standard chemical engineering functions-User definable computations

    These features are aimed towards facilitating the task of modifying the process variables

    updated to the database.

    3.3.7 PROCESS ENGG. ENVIRONMENT

    The environment for process engineering shall be largely menu-driven. Where developmentalwork is required to be done, involving programming and analysis, an user -friendlyenvironment shall be provided.

  • 8/4/2019 292_2010-01-13_4

    48/83

  • 8/4/2019 292_2010-01-13_4

    49/83

    3.4 SYSTEM SECURITY

    The following three levels of security shall be provided by the system :

    a) Operator levelb) Supervisory levelc) Engineering level

    The type of security at the Operator Station shall be password type.

    In the operation mode, the Operator should not be able to access or view any otherapplication/ package such as MS office, OS and system files. The task bar of Windows XPand start button and windows hotkey on keyboard shall also be hidden/ disabled from theOperator. Access to the above facilities shall be through Engineering password. Also CTRL-ALT-DEL commands and other Windows Desktop features must be locked and passwordsecured.

    Also it shall not be possible for any third party system connected through the communicationinterface to interrupt the operations of the device within the system. There shall be useradministered security in these interfaces to control read / write- access of external system.

    3.5 DATA BASE MANAGEMENT AND DATA BASE

    The plant historical database shall be designed to store at least one month data ofproductions, consumption, critical variables on hourly basis, as