Finaltechbid Vallur Part A
Finaltechbid Vallur Part A
MARKETING DIVISION
HEAD OFFICE, INDIAN OIL BHAVAN,
G-9, ALI YAVAR JUNG MARG,
BANDRA (EAST), MUMBAI – 400051
NAME OF WORK:
Design, supply, installation, testing and commissioning of DCS based Terminal Automation System
comprising of Tank Truck Loading System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system, Telecommunication System,
Hydrocarbon Vapours Detection System, Fire Fighting Automation System etc along with associated
works at Vallur, Chennai.
CONSULTANT:
COVERING LETTER
REF: HCC/XXX/PT-XXX/2023-24 DATE: XX.XX.2023
Dear Sirs,
SUB: Design, supply, installation, testing and commissioning of DCS based Terminal Automation
System comprising of Tank Truck Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA system, Telecommunication
System, Hydrocarbon Vapours Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
1) We propose to invite Public Tender in TWO BID System for the subject work.
2) Tender documents can be accessed through our e-tender portal https://iocletenders.nic.in from
the date of publishing to end date of sale.
3) Before downloading the tender documents from the website, the Bidders should register at the
website https://iocletenders.nic.in giving their correct name, address and other details as
required. It shall be the responsibility of the Bidders to ensure that they register with the website
well in advance and download the documents before the date and time of close of sale.
4) Downloaded document is not transferable and only the registered party, who has downloaded the
document, can submit the same using their Digital Signature Certificate in e-portal.
5) We request you to submit your lowest quotation for the work contained in the tender.
6) Bidders are requested to go through the “Bidders Manual Kit” available in the homepage of the
e-tendering portal i.e. https://iocletenders.nic.in to have a clear understanding of the steps to
be followed for bid submission. The “Bidders Manual kit” is for general reference only and the
Bidders have to abide by the terms and conditions of this tender.
7) Bidders must also note that before the bid is uploaded, the bid comprising of all attached
documents should be digitally signed using digital signatures as specified in the tender.
8) Any query with regard to non-issuance of the tender documents or rejection of the tender may
be forwarded to Shri XXXXXX, XXXXXX (Contracts), [email protected].
10) Bidders must note that Indian Oil will not be responsible for delay in submission of online tender
& receipt of original EMD Instrument if applicable.
TENDER NO: HCC/XXX/PT-XXX/2023-24
NOTE:
a) Bidders are advised to visit the E Tender portal regularly for updates. In case of any
corrigendum or sale date extension, the same shall be issued in the E Tender portal only. No
separate publication shall be done in newspapers/print media.
b) All Bidders are requested to start the submission process of bids at least 4 hours prior to the
due date & time of bid submission to avoid problem in submitting documents due to last minute
rush.
Thanking you,
Yours faithfully
For Indian Oil Corporation Limited
XXXXX(Contracts), HO
TENDER NO: HCC/XXX/PT-XXX/2023-24
TABLE OF CONTENT
COVERING LETTER .......................................................................................................................................................... 2
TABLE OF CONTENT ....................................................................................................................................................... 4
COMMERCIAL DOCUMENT ............................................................................................................................................ 9
NOTICE INVITING E-TENDER – WEBSITE ........................................................................................................ 10
CHECK LIST FOR BIDDER....................................................................................................................................... 27
STATEMENT OF CREDENTIAL COMPARATIVE CHART - Excel sheet attached separately .... 30
FORM OF TENDER (TECHNO-COMMERCIAL BID)........................................................................................ 31
FORM OF TENDER (PRICE BID) ........................................................................................................................... 33
SPECIAL TERMS AND CONDITIONS OF CONTRACT ................................................................................... 35
GUIDELINES FOR EVALUATION OF TAS CONTRACTORS’ PERFORMANCE ...................................... 87
BANK MANDATE FORMAT.................................................................................................................................... 103
GENERAL CONDITIONS OF CONTRACT ALONG WITH APPENDIX III - Attached Separately104
TECHNICAL DOCUMENT ........................................................................................................................................... 105
ABBREVIATIONS & NOTATIONS........................................................................................................................ 106
CODES AND STANDARDS ..................................................................................................................................... 111
SITE DATA .................................................................................................................................................................. 114
FACILITY DETAILS .................................................................................................................................................. 116
IOCL SCOPE OF WORK ......................................................................................................................................... 157
VENDOR’S SCOPE OF WORK.............................................................................................................................. 162
FUNCTIONAL DESIGN REQUIREMENT OF TAS ........................................................................................... 195
AUTOMATED TT UNLOADING PROCEDURE ................................................................................................ 250
FUNCTION SPECIFICATION AND SOFTWARE TESTING .......................................................................... 252
INTEGRATION OF VHF SYSTEM ........................................................................................................................ 279
GUIDELINES FOR SAP-TAS INTEGRATION ................................................................................................... 282
FIELD INSTRUMENTS SPECIFICATION................................................................................................................. 284
MASS FLOW METER (WHITE OIL) .................................................................................................................... 285
TEMPERATURE TRANSMITTER .......................................................................................................................... 290
STRAINER CUM AIR ELIMINATOR ..................................................................................................................... 292
DIFFERENTIAL PRESSURE TRANSMITTER .................................................................................................... 294
DIGITAL CONTROL VALVE (PISTON TYPE) ................................................................................................. 296
ON-OFF VALVE (PISTON TYPE) ........................................................................................................................ 298
TENDER NO: HCC/XXX/PT-XXX/2023-24
COMMERCIAL DOCUMENT
TENDER NO: HCC/XXX/PT-XXX/2022-23
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 10
NOTICE INVITING E-TENDER
Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in
under two bid systems (Part A - Technical / Commercial Bid and Part B - Price Bid) from reputed
technically competent, quality conscious, experienced and financially sound contractors having
experience of similar works and fulfilling the qualifying requirements as stated hereunder:
1.0 E-TENDER NO. :
Tender No: HCC/XXX/PT-XXX/2023-24
E-Tender Ref: 2023_MKTHO_XXXXXX_1
2.0 NAME OF WORK : Design, supply, installation, testing and commissioning
of DCS based Terminal Automation System comprising of
Tank Truck Loading System, Tank Farm Management
System, Photo Pass Management System, Access Control
System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
3.0 TENDER FEE :
Nil
Bidders are required to download the tender
documents free of cost from IOCL e-tender website
(https://iocletenders.nic.in)
4.0 Rs 70,81,97,713.72
ESTIMATED COST
Inclusive of all taxes and :
Duties
EARNEST MONEY : Rs. 26,45,500 (Rupees twenty six lakhs forty five
5.0 DEPOSIT thousand five hundred only)
EMD should be deposited as detailed below :
➢ Online EMD payment through Net Banking or NEFT
TENDER NO: HCC/XXX/PT-XXX/2022-23
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 11
NOTICE INVITING E-TENDER
➢ Three similar completed works each costing not less than the amount equal to
Rs 16,99,67,500
or
➢ Two similar completed works each costing not less than the amount equal to
Rs 22,66,23,300
or
TENDER NO: HCC/XXX/PT-XXX/2022-23
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 15
NOTICE INVITING E-TENDER
➢ One similar completed works costing not less than the amount equal to
Rs 28,32,79,100
Note:
➢ The value of completed job to be submitted by prospective bidders shall be
compared with values as prescribed above. There shall be no deduction against
Taxes.
➢ The completed job value shall be exclusive of AMC value.
DEFINITIONS OF SIMILAR WORKS
Experience in successful completion of (a) Terminal Automation System in Petroleum
(including LPG / Bitumen) / Petrochemical Industries comprising of Remote loading of
Tank Trucks or Tank wagons with Terminal Automation software available with the bidder
for development, customization and maintenance right for the same or (b) Process
automation systems in Refineries / Pipelines/ Petrochemical/LPG/Bitumen/Hazardous
Chemical process industries shall be considered.
The above works as mentioned under (a) and (b) may or may not include associated Civil
/ Mechanical works / Tank Farm management / Access Control / CCTV/ Fire Alarm
System/Hydrocarbon Leak detection system/ HVLR system/Rim seal (if applicable)
monitoring system. The above works shall be taken as similar works for the purpose of
qualification.
However, in case of qualifying works with respect to (b) above, party MUST additionally
submit proof of either (i) having successfully completed at least one Terminal
automation works irrespective of the value, comprising of Remote loading of Tank Trucks
(for at least 6 loading points) or Tank wagons (for at least 8 loading points) with
integration of Automatic Tank Gauging system in Tank Farm with Terminal Automation
Software or (ii) having been awarded Terminal Automation Work for similar scope of work
(at the minimum) as specified in (i) above by any petroleum oil company in India or abroad
in any one of its’ location , the works for which is in progress. Also in case of qualifying
works with respect to (b) above , other than compliance to (i) or (ii) as mentioned in this
Para , the Terminal Automation System software should be available with the bidder with
further development, customization and maintenance right for the same.
Note:
➢ The experience of the tenderer for work completed as per above requirement must
be of their own and not with the support of another party/ parent company/
subsidiary/ partner firm/ group firm/ backup firm or as a consortium etc. The
credentials of the parent company, JV Partner Company, subsidiary company etc
shall not be considered.
➢ Consultants or their subsidiary company or companies under the management of
consultant, are not eligible to quote for the execution of the same job for which
they are working as consultants.
Documents required to be submitted against proof of completion:
i. In case of work order from Government Bodies / PSUs – Copies of Contract
Document along with either completion certificates OR duly Certified copy of bill
/ Invoice. In case completion certificate / Bill / Invoice copy specifies details
required like Date of PO/ contract agreement, Contract Value, executed value,
date of Completion, details of job execute etc, then submission of contract
document shall not be mandatory.
ii. In case of work orders from Private Parties – Certificate from CA certifying value
TENDER NO: HCC/XXX/PT-XXX/2022-23
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 16
NOTICE INVITING E-TENDER
of work done with TDS certificates (wherever applicable) / bank Statement shall
be required in addition to that specified in (i). TDS certificates / Bank Statements
shall be used as corroborative evidence only.
iii. In case of foreign currency transaction to Indian firms, proof of remittance shall
also be required.
iv. Against orders placed by IOCL, proof of completion may be established from
internal records.
v. Orders for which details of completion are available directly from client or from
database against past orders can also be accepted (specifically when number of
bidders getting qualified is less than 3).
Annual Turnover:
B
The annual financial turnover (Total Revenue as per annual financial closure period of
the company) during any of the preceding 3 financial years i.e., 2020-21,2021-22 &
2022-23 should be at least Rs 27,19,47,921
Note:
➢ Annual turnover for this purpose should be as per Audited Balance Sheet including
P&L Statement / Published Account / Profit & Loss Account Statement of the
tenderer. However, if the tenderer is not required to get its accounts audited
under Section 44AB of The Income Tax Act, 1961, certificate from a Practicing
Charted Accountant towards the turnover of the tenderer along with copies of its
Income Tax Return to be submitted.
➢ Audited Balance sheet (P&L Statement)/ Published accounts on a calendar year
basis shall also be acceptable.
➢ In case of non-availability of audited balance sheets (Profit & Loss Account
Statement)/published accounts of the immediate preceding year, the audited
balance sheet (P&L Statement/ published account of 4th preceding financial year
shall also be acceptable (For Tenders invited during April – September).
➢ Definition of Turnover: Total Revenue as per Schedule III of Companies act, 2013
(Earlier revised Schedule VI of Companies Act, 1956) shall be considered as
turnover.
Financial Net worth of the Bidding Company should be positive in the last financial year
C
i.e. 2021-22.
Note: “Notwithstanding any other condition/ provision in the tender documents, bidders
are required to submit complete documents pertaining to PQC along with their offer.
Failure to meet the PQC will render the bid to be summarily rejected. IOC reverses the
right to complete the evaluation based on the details furnished by the bidder, with or
without seeking any additional supporting documents/ clarifications”.
Notes:
a) Corporation reserves the right to revise/ extend any Date/time from scheduled timelines
of published tender.
b) Parties who have successfully completed similar works during last 5 years ending upto the
last day of the month previous to the one in which tenders are being invited i.e.
XX.XX.XXXX only shall be considered.
c) Date of completion of work and the final value of works completed in the qualifying work
order(s) shall be the criteria for evaluation. However, for any work where only final bill
settlement is pending, then, copies of MOM/ certificates towards completion of Site
Acceptance Tests/handing over, with/without attending to punch points if any including
proof of payment received upto the last day of the month previous to the one in which
tenders are being invited i.e. XX.XX.XXXX to the tune of qualifying amount shall be
submitted by the bidders towards meeting qualifying norms.
d) For the same project, if separate orders are placed for supplies and services or variation
orders or amendment orders are issued in continuation of the original purchase/work
order , then the total value of works completed against the original work orders and/or
subsequent variation / amendment orders shall be accepted as one single work completed
against single work order.
e) Work carried out at multiple locations through a single Purchase order will be considered
as one similar work of value equal to the cumulative value of the locations included in the
purchase order.
f) Works carried out by the vendor in India or abroad shall be considered. For works carried
out abroad and payments received by the vendor thru’ foreign currency, exchange rate as
per SBI TT Selling rate upto the last day of the month previous to the one in which tenders
are being invited XX.XX.XXXX.
g) Purchase preference for MSE’s will not be applicable since the tender is a works contract
type.
h) There shall be no relaxation in prequalification criteria for experience and turnover for
MSE’s vendor.
b. If any of the above mentioned documents are in language other than English, the same needs
to be translated in English , duly notarized (if in India)/ notarized or authenticated (if in
foreign).
d. Certificate from the Bidder as well as certificate from the auditor firm/CA,in regard to the
Net Positive Worth of the bidding company wrt Last Financial Year to be submitted.
e. Self Certificate that the Terminal Automation System software is available with the bidder
with further development, customization and maintenance right for the same.
f. In case the contractor is not permitted to issue Tax Invoice, the same should be clearly
mentioned in the Technical Bid and a Certificate should be enclosed that he has opted for
Composition Scheme under the Law.
Notwithstanding any other condition/provision in the tender documents, bidders are required
to submit complete documents pertaining to PQC along with their offer. Failure to meet PQC
will render the bid to be summarily rejected.
IOC reserve the right to complete the evaluation based on the details furnish by the bidder,
with or without seeking any additional supporting documents/clarifications. The above
restriction shall apply to PQC documents.
✓ The evaluation of bids shall be based on the following and the works will be awarded to bidder
as given below (Technically qualified bidder quoting lowest acceptable rate, with or without
negotiations as the case may be & after reverse auction procedure) based on Overall Bid
amount for all Supply, Installation & Commissioning and CAMC items including GST net of input
tax credit (if any).
✓ The supplier classification, margin of purchase preference along with broad allocation,
exemption limit for purchases and eligibility of suppliers for procurement shall be as follows
TENDER NO: HCC/XXX/PT-XXX/2022-23
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 20
NOTICE INVITING E-TENDER
SN Description Details
1 Supplier Classification:
a. Class-I Local supplier LC >= 50%
b. Class-II Local supplier LC >=20% < 50%
c. Non-Local supplier LC < 20%
Note: Local value addition through services such as transportation, insurance,
installation, commissioning, training and after sales services support like AMC/CMC
etc shall continue to be considered in the local content calculation.
2 Margin of Purchase preference (PP- MII) 20% (i.e. L1+20%)
3 Purchase preference and broad allocation:
A) Subject to the provisions of the PP-MII Order 2017 and to any specific instructions
issued by the Nodal Ministry or in pursuance of the Order, purchase preference shall
be given to Class -I local supplier in procurements undertaken by procuring entities
as per the eligibility of suppliers in the manner specified hereunder:
In the procurement of goods or works which are not divisible in nature and in the
procurement of services where the bid is evaluated on price alone, the Class -I
local supplier shall get purchase preference over Class-II local supplier as well as
Non-Local supplier as per the following procedure:
i) Among all qualified bids, the lowest bid shall be termed as L1. If L1 is Class -I
local supplier, the contract for the full quantity shall be awarded to L1.
ii) If L1 bidder is not a Class -I local supplier, the lowest bidder among the Class-
I local supplier will be invited to match the L1 price subject to the Class-I local
suppliers quoted price falling within the margin of purchase preference and
contract shall be awarded to such Class -I local supplier subject to matching
the L1 price.
iii) In case such lowest eligible Class -I local supplier fails to match the L1 price
the Class -I local supplier with the next higher bid within the margin of
purchase preference shall be invited to match the L1 price and so on, and
contract shall be accorded accordingly. In case none of the Class -I local
supplier within the margin of purchase preference matches the L1 price, the
contract may be awarded to the L1 bidder.
Class -II local supplier will not get purchase preference in any procurement
undertaken by procuring entities.
4 Other provisions shall be as per the details given in the Public Procurement
(Preference to Make in India) Order 2017 including amendments
✓ The minimum local content, the margin of purchase preference and the procedure for
preference to Make in India shall be as specified in the Notice Inviting Tenders (NIT) or other
form of procurement solicitation and shall not be varied during a particular procurement
transaction.
a) In cases of procurement for a value in excess of Rs 10 crores, the Class-I local supplier/Class-
II local supplier shall be required to provide a certificate from the statutory auditor or cost
auditor of the company (in the case of companies) or from a practicing cost accountant or
practicing chartered accountant (in respect of suppliers other than companies) giving the
percentage of local content
b) False declarations will be in breach of the Code of Integrity under Rule 175(1)(i)(h) of GFR
for which a bidder or its successors can be debarred for up to two years along with such other
actions as may be permissible under law.
A supplier who has been debarred by any procuring entity for violation of this Order shall not
be eligible for preference under this Order for procurement by any other procuring entity for
the duration of the debarment. The debarment for such other procuring entities shall take
effect prospectively from the date on which it comes to the notice of other procurement
entities, in the manner prescribed under Clause 9h. of the Order.
✓ Reciprocity Clause:
a) Entities of countries which have been identified by the nodal Ministry/ Department as not
allowing Indian companies to participate in their Government procurement for any item
related to that nodal Ministry shall not be allowed to participate in Government procurement
in India for all items related to that nodal Ministry/Department, except the list of items
published by the Ministry/Department permitting their participation.
The term entity of a country shall have the same meaning as under the FDI policy of DPIIT as
amended from time to time.
b) Specifying foreign certifications/unreasonable technical specifications/brands/ models in
the bid document is restrictive and discriminatory practise against local suppliers. If foreign
certification is required to be stipulated because of non-availability of Indian Standards and
/or for any other reason, the same shall be done only after written approval of Secretary of
the Department concerned or any other Authority having designated such power by the
Secretary of the Department concerned.
✓ All Bidders participating in the tender shall submit LC declaration against qualifying as Class
I, Class II or Non-Local supplier. The formats for Bidders Declaration /Undertaking on
classification regarding Local Content (LC) are as per tender conditions and shall be adopted
for all tenders.
details in bidder profile under any of the preference categories will get option to avail
preferential benefit and upload supporting document for availing preferential benefit,
based upon the tender provisions regarding applicable preference categories.
Further bidders who do not claim preferential benefit at the designated section of
e-tender (NIC) portal while participating in the tender, shall not be considered for
any preferential benefit in that tender even if supporting document for availing
preferential benefit has been submitted along with the tender. In all such cases,
bidder shall be treated as a Non preferential bidder for the purpose of availing
purchase preference. It may be noted that only preferential bidders (PP- MII (Class
I) quoting within the applicable purchase preference margins) who have claimed
preferential benefit at the designated section of e-tender (NIC) portal and
submitted valid documents and are agreeing to match L-1 price shall be considered
for purchase preference.
V) The allocation provided in the tables above are examples of scenarios considering
the position of those bidders who have agreed to match the offered L1 rate and are
otherwise eligible for purchase preference (i.e quoted within the respective margins
of purchase preference and have claimed for availing preferential benefit in the
e-tender (NIC) portal)
General Guidelines on Preferential Bidding
✓ The Preferential Bidding module has been implemented in the e-tender portal (NIC) wherein
bidders eligible for availing preferential treatment are required to update their profile by
selecting the option for preferential bidder under “MY ACCOUNT MENU” before submission of
bids. After selecting this option, the bidders are supposed to upload the supporting document
for preferential bidding. A pop up message warning that bidders will not be allowed purchase
preference (MSE as well as PP-LC bidders) if they do not update the necessary details is also
displayed at the time of bid submission in the e-portal (NIC). It may be noted that in tenders
where preferential bidding is allowed, Bidders will be able to claim preferential treatment
benefit only if they have declared themselves as preferential bidder in their profile.
The above table shall be made part of NIT/Instruction to Tenderer under heading
“General Guidelines on Preferential Bidding” and also the following clause shall be
included:
“For availing purchase preference, bidders must update the necessary details in their profile
in My Accounts Menu in the e-tender (NIC) portal. Bidders who have updated details in bidder
profile under any of the preference categories will get option to avail preferential benefit
and upload supporting document for availing preferential benefit, based upon the tender
provisions regarding applicable preference categories.
Further bidders who do not claim preferential benefit at the designated section of e-
tender (NIC) portal while participating in the tender, shall not be considered for any
preferential benefit in that tender even if supporting document for availing preferential
benefit has been submitted along with the tender . In all such cases, bidder shall be
treated as a Non preferential bidder for the purpose of availing purchase preference.
It may be noted that only preferential bidders (MSEs / PP- MII (Class I) quoting within the
applicable purchase preference margins) who have claimed preferential benefit at the
designated section of e-tender (NIC) portal and submitted valid documents and are
agreeing to match L-1 price shall be considered for purchase preference.”
✓ In reverse auction total L1 value of the tender will be displayed. Bidders have to quote in
value from which percentage discount will be back calculated and finalized percentage will
be applicable on each item of SOR.
✓ For the purpose of calculation of input tax credit (if applicable), ‘X’ percent shall be applied
on total GST element of Supply, Installation & Commissioning and CAMC items as derived based
on item wise applicable GST rate indicated by the bidder. The applicability or otherwise of
‘Input Tax Credit’ and the % thereof is under examination by the Corporation and shall be
determined in due course of time.
✓ In reverse auction total L1 value of the tender will be displayed. Bidders have to quote in
value from which percentage discount will be back calculated and finalized percentage will
be applicable on each item of SOR.
✓ For the purpose of calculation of input tax credit (if applicable), ‘X’ percent shall be applied
on total GST element of Supply, Installation & Commissioning and CAMC items as derived
based on item wise applicable GST rate indicated by the bidder. The applicability or
otherwise of ‘Input Tax Credit’ and the % thereof is under examination by the Corporation
and shall be determined in due course of time.
TENDER NO: HCC/XXX/PT-XXX/2022-23
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 24
NOTICE INVITING E-TENDER
i) No Negotiation will be conducted with the bidders as a matter of routine job. However,
Corporation reserves the right to conduct negotiations with L1 bidder only.
Work order for all Supply and Installation & Commissioning Services items shall be placed
at their base rate applying net offered premium/discount and applicable GST rate as
indicated by L1 bidder in the Price Bid.
CAMC work order shall be placed after the completion of the warranty at finalized rate.
TENDER NO: HCC/XXX/PT-XXX/2022-23
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 25
NOTICE INVITING E-TENDER
For the purpose of placement of work order, year wise base rate shall be derived based
on Project executed amount as detailed in Special Terms and Conditions of the contract.
Work order for CAMC items year-wise shall be placed at their base rate after applying net
offered premium/discount and applicable GST rate as indicated by L1 bidder in the Price
Bid.
Note:
➢ Rate variation in Taxes and any new promulgated taxes after last date of the submission
of price bid only on the final product and/or services (applicable to invoices raised on
IOCL) within the contractual delivery date /period (including extension approved if any)
shall be on IOCL’s Account against submission of documentary evidence.
➢ Further , in case of delay in delivery of goods and/or services, any upward rate variation
in Taxes and any new promulgated taxes imposed after the contractual delivery date shall
be to the Seller’s / Contractor’s Account.
➢ Similarly in case of any reduction in the rate(s) of the Taxes between last date of
submission of price bid relevant to the Contract and the date of execution of activities
under the contract, the Contractor shall pass on the benefit of such reduction to IOCL
with the view that IOCL shall pay reduced duty/Tax to Govt.
➢ Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid,
payment will be limited to the rate quoted as per BID subject to increase /decrease in
Tax Rates (as notified by government) after last date of submission of Price Bid provided
delivery is within the Contractual period.
18.0 OTHER POINTS:
1) Any addendum/ Corrigendum/ submission Date Extension in respect of the tender shall be
issued on our website https://iocletenders.nic.in only & no separate notification shall be
issued in the press. Bidders are therefore requested to regularly visit our website to keep
themselves updated.
All bidders must login and visit their DASHBOARD on regular basis to get the timely updates
related to any communication sent in the form of e-mail/SMS by system.
2) Please visit our website https://iocletenders.nic.in for further details of this tender.
3) Legal dispute, if any, arising during the evaluation of the tender and up to placement of
LOA shall be within the jurisdiction of local courts situated at Mumbai and after placement
of LOA, the jurisdiction of local courts will be at Mumbai.
4) Bidders may note that the following are attached separately and uploaded in the e-
tendering portal:
In case any original document is preserved outside India and the bidder is unable to produce the
originals for verification, certification of such documents from concerned embassy / Consulate
should be submitted within a period of 7 days from the date of opening of price bids or date of
intimation as specified in Tender.
In the event of failure of the bidder to get the documents verified as per the specified time
schedule, the EMD of the party shall be forfeited.
In case, it is observed that the L1 party has submitted forged documents, besides cancellation
of Tender, necessary action for Holiday listing of the party in line with guidelines shall be carried
out including forfeiture of EMD.
Recommendations for award of contract shall be made only after verification of documents with
originals of the successful bidder(s).
Note:
The tender will be an e-tender; therefore the date and time and document submission format
will be guided by the logic/programme of the application software pertaining to the website.
However, documents which necessarily have to be submitted in originals (if any) and any other
documents mentioned in the tender documents have to be submitted offline.
All the uploaded documents need to be digitally signed by the representative of the bidder duly
authorized by notarized power of attorney/ Board Resolution/ authorized in Company letter
Head under Company Seal by rank not less than Board Member. The person whose DSC is used to
upload the tender also need to be duly authorised in similar way as desired for Authorised
Signatory.
Indian Oil Corporation Limited shall not be responsible in any way for failure on the part of
the bidder to follow the instructions.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 27
CHECKLIST FOR BIDDER
1. Statement of Credential Comparative chart in Microsoft Excel Format has been attached
separately.
2. Bidders are required to update the attached Excel Sheet and upload the same along with
Technical Bid.
3. Please state “NOT APPLICABLE” in the Excel Sheet in case you have no positive answer.
4. Non-updation of any details may mean incomplete tender.
5. Necessary supporting documents to be uploaded.
6. Responsibility of correctness of details lies with the Tenderer.
7. Corporation reserves the right to assess the tenderer’s capacity and capability if necessary by
visiting/ inspecting recently executed / under execution of works
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 31
FORM OF TENDER (TECHNO-COMMERCIAL BID)
_____________________
To
GM (Contracts)
Indian Oil Corporation Ltd. (Marketing Division)
Head Office, G-9, Ali Yavar Jung Marg, Indian Oil Bhavan
Bandra (East), Mumbai 400 051
Tender No.:
Dear Sirs,
Having examined the Tender Documents consisting of the Notice Inviting tender, Statement of
Credentials, Instructions to Tenderers – Particular conditions of contract, Special Terms and
conditions, General Conditions of Contract, QAP, Specifications, Drawings, Time Schedule, Form
of Contract, Price Bid, and Addendum, if any, to the Tender Documents, and having understood
the provisions of the said Tender Documents and having thoroughly studied the requirements of
Indian Oil Corporation Ltd. relative to the work tendered of Indian Oil Corporation Ltd (Mktg.
Divn.) and having conducted a thorough study of the job involved and things whatsoever necessary
for or relative to the formulation of the tender or the performance of work, I/we hereby submit
my/our tender offer for the performance of proposed work in accordance with the terms and
conditions and within the time mentioned in the Tender Documents.
In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil Corporation
Ltd., by adjustment in the price/EMD of Tender Documents, I/We further undertake to keep
my/our this tender offer open for a period of not less than 4 (four) months from the scheduled
date of opening of Tenders as specified in the General Instructions to Tenderers forming part of
the Tender Documents.
I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our
Directors (in the case of a Company) was/were employed as Directors of Indian Oil Corporation
Ltd., during the period of 2 (two) years immediately preceding the date hereof OR I/We hereby
declare that I/Shri ____________________one of our partners (in the case of partnership
firm/Directors (in the case of a Company) was employed as a Director in Indian Oil Corporation
Ltd., during the period of 2 (two) years immediately.
Preceding the date hereof and that I/Shri ______________________ have/has obtained previous
permission of Indian Oil Corporation Ltd. to make this tender.
(ii) Original Power of Attorney or other proof of authority of the person who has digitally signed the
Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary Public in proof
of the authority of the person who has digitally signed the Tender.
(iii) Information regarding Tenderer in the form annexed to the Form of Tender.
(iv) Information regarding experience of the Tenderer in the performance of work of a comparable
nature in the form annexed to the Form of Tender.
(v) Information regarding Organization structure.
(vi) Set of Tender Documents, as issued duly signed.
(vii) Additional Documents as listed below:
a.
b.
c.
I/We hereby undertake that the statements made herein/information given in the Annexures referred
to above are true in all respects and that in the event of any such statement or information being
found to be incorrect in any particular, the same may be construed to be a misrepresentation entitling
Indian Oil Corporation Ltd. to avoid any resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.
Date:
From
_____________________
_____________________
_____________________
To
GM (Contracts),
Indian Oil Corporation Ltd (Marketing Division),
Head Office, Indian Oil Bhavan,
G-9, Ali Yavar Jung Marg,
Bandra (E), Mumbai – 400 051
Tender No.
Dear Sirs,
Having examined the Tender Documents consisting of the Short Tender Notice, General Instructions
to Tenderers, General Conditions of Contract, Special Instructions to tenderers, Additional
Instructions to Tenderers, Special Conditions of Contract, Specifications, Plans, Drawings, Time
Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates, and Addendum (a) to the
Tender Documents, and having understood the provisions of the said Tender Documents and having
thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered of
Indian Oil Corporation Ltd (Mktg. Divn.) and having conducted a thorough study of the job site(s)
involved, nature of inspections, quantum of works involved, the climatic conditions, labour, power,
water, material and equipment availability, the transport and communication facilities, the
availability and suitability of borrow areas, and things whatsoever necessary for or relative to the
formulation of the tender of the performance of work, I/we hereby submit my/our tender offer for
the performance of proposed work in accordance with the terms and conditions and within the time
mentioned in the Bid Documents at the rate(s) quoted by me/us in the accompanying Schedule of
Rates based on the Form of Schedule(s) of Rates included within the Tender.
If the work or any part thereof is awarded to me/us, I/We undertake to perform the work in
accordance with the Contract Documents as defined in the Form of Contract forming part of the
Tender Documents and accept the terms and conditions of Contract as laid down therein and
undertake within 10 (ten) days of receipt of acceptance of Tender to pay to and/or deposit with Head
Office, Marketing Division, Indian Oil Corporation Ltd. the Security Deposit, by any one or more of
the modes of payments specified in this behalf in the General Conditions of Contract, and to
commence work for each job site(s) as soon as the relevant Call Up Orders are placed on us or any
part thereof to me/us, and to sign the formal Contract in the terms of the form of contract forming
part of Tender Documents, within 10 (ten) days of receipt of Letter of Acceptance from and on behalf
of Indian Oil Corporation Ltd, in this behalf failing which Indian Oil Corporation Ltd., shall be at
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 34
FORM OF TENDER (PRICE BID)
liberty, without reference to me/us and without prejudice to any of its rights or remedies, to
terminate the Contract and/or to forfeit the earnest money deposited in terms hereof.
In consideration of the sum of Rupee.1/- (Rupee one) only paid to me/us by Indian Oil Corporation
Ltd., by adjustment in the price of Tender Documents/EMD, I/We further undertake to keep my/our
this tender offer open for a period of not less than 4 (four) months from the scheduled date of opening
of Tenders as specified in the General Instructions to Tenderer forming part of the Tender Documents.
I/We hereby undertake that the statements made herein/information given in the Annexures referred
to above are true in all respects and that in the event of any such statement or information being
found to be incorrect in any particular, the same may be construed to be a misrepresentation entitling
Indian Oil Corporation Ltd. to avoid any resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.
Design, supply, installation, testing and commissioning of DCS based Terminal Automation
System comprising of Tank Truck Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System, Fire Fighting
Automation System etc along with associated works at Vallur, Chennai.
Bidders are advised to inspect the site and ascertain the conditions including leads/ lifts
involved/ approach to vehicles, power, water geo - political scenario etc prior to quoting the
amount.
For detail about process of payment of online EMD, bidders shall refer “ Special Instructions
to the Bidder (SITB) ” and “ FAQs - Online EMD Facility in IOCL e-Tendering ” documents
attached separately along with the tender.
Offline EMD payment through Demand Draft (DD), Bankers Cheque (BC) and Swift Transfer shall
not be accepted.
3.2 EMD can be submitted in the form of a bank guarantee if EMD amount is greater than Rs 1 Lac
as per clause 2.1.1.2 c of Instruction to tenderers of GCC enclosed. Such bank guarantee shall
be issued by a scheduled bank in India acceptable to the owner and shall be strictly in the
format prescribed by the Corporation for the specific purposes for which the BG is required to
be furnished as detailed below:
3.2.1 BG for value up to Rs 2.00 crore can be accepted if it is issued by an Indian Branch of any
Scheduled Bank appearing in the second schedule to the RBI Act, 1934.
3.2.2 BG for value above Rs 2 (Two) Crore will be accepted if it is issued by an Indian Branch of:
ii. Any Scheduled Bank (Other than a nationalized/ PSU bank) having atleast Desired
Credit rating at the time of acceptance of BG:
3.2.3 Apart from above, BG, irrespective of its amount, issued by any other bank including non-
schedules banks, foreign branches of scheduled banks and foreign branches of foreign banks,
can be accepted provided such BG is confirmed/counter guaranteed by any bank mentioned
above at para 3.2.2.
Merely signing or endorsing or forwarding the BG by the scheduled bank does not amount to
counter guaranteeing. A proper document executed on a non-judicial stamp paper of
appropriate value with specific reference to the BG being counter guaranteed is essential.
3.2.4 BG may be sent directly either by bank or the vendor through any mode (Registered Post/
Speed Post/ Courier or by hand).
3.2.5 BG details are to be transmitted electronically through Structured Financial Messaging System
(SFMS) from the BG opening bank to the beneficiary’s (IOCL) bank in a specified message
format.
However, it is essential to send the BG in the specified format in physical form on which
stamp duty is paid, i.e., BG printed on a stamp paper as SFMS is only for confirming the
authenticity of the BG.
3.2.6 In case of Bank Guarantee, bidder will upload scanned copy of BG as exemption document.
Original BG shall be sent by the bidders /bank to Tender Issuing Authority as mentioned
below.
purpose of receipt of BG, the time recorded in the receipt/DAK section against receipt shall
also be considered as receipt time.
Address:
Tenders uploaded online without either online EMD or BG been received in original (for Bank
Guarantee) at IOCL office shall be rejected outright. Only those physical BG instruments found
matching with the copy submitted in the e-portal shall be considered as valid.
Bank Guarantee is to be executed by Nationalized / Scheduled Bank towards EMD and should
be valid for 07 (seven) months from the date of opening of technical bid. If needed, validity of
BG should be extended by the party / Bank.
3.2.7 As per RBI’s directions, all BGs issued by banks should be serially numbered. BGs issued for
Rs. 5000/- & above are required to be signed by two officials jointly.
3.2.8 The name, designation & authorized signatory number of the bank officials signing the BG
should be mentioned with their signatures on the BG. This applies for renewal, amendments
& revalidation of BGs also.
3.2.9 As per the recent instructions of SBI, following clause to be included in the standard BG
format:
“Notwithstanding anything contrary contained in any law for the time being in force or
banking practice, this guarantee shall not be assignable or transferable by the beneficiary.
Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall
not be entertained by the Bank. Any invocation of guarantee can be made only by the
beneficiary directly”
3.3 Central/ State Public sector undertakings/ JV’s of IOC and Parties under MSMED Act, 2006 (or
erstwhile NSIC registered parties) for the tendered items are exempted from making EMD.
3.4 The bidder, registered under Medium & Small Enterprises Development Act, 2006 (MSMED Act
2006) as Micro, Small or medium enterprise for the items / services covered under this tender,
shall be required to indicate the Entrepreneurs Memorandum Number (Twelve Digit) and
enclose a copy of the certificate issued by the Authority under the MSMED Act. In the absence
of non submission of certificates, (a) these bidders will be treated as general bidders and will
not be eligible for any benefit under the MSMED act 2006 or regulation there under and (b) in
case of non submission of EMD, the tenderer will stand disqualified from the tendering process.
3.5 The EMD Refund at various stages shall as follows:
i. In case if bidder’s money has been debited more than once, except one successful EMD
transaction, all others subsequent EMDs shall be initiated for refund by the bank on
next working day.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 38
SPECIAL TERMS AND CONDITIONS OF CONTRACT
ii. Any other failed transactions shall be initiated for refund by bank on next working day.
3.5.2 Bid Opening Stage: On completion of bid opening stage and uploading Bid Opening Summary
document, refund of EMD of following bidders shall be initiated.
i. Bidder(s) who have paid online EMD but not submitted their offer / frozen the bid.
ii. Bidder(s) who have paid online EMD and frozen the bid but later withdrawn the bid
from system.
3.5.4 Financial Evaluation: On completion of Financial evaluation stage and uploading Evaluation
Summary document, refund of EMD of following bidders shall be initiated:
3.5.5 Award of Contract (AOC): On completion of AOC stage and uploading AOC document, refund
of EMD of following bidders shall be initiated:
i. All the remaining bidders who have not been selected for AOC.
3.6 The EMD of the Bidders shall be forfeited and bidders shall be barred for a period of one year
from taking part in any tender floated by IOCL in future, in the event of:
3.6.4 Any unilateral revision in the offer made by the bidder during the validity of the offer.
4.1 The Contractual Completion period is location specific. During the tendering process, after
thorough survey of the site and being appraised of the site conditions fully, the bidder will
seek & discuss various front availability outlook with IOCL during Pre bid.
4.2 The time of completion is 15(Fifteen) months from (30th) day of SAP PO or 15 days from the
date of e-mailing the PO whichever is later (excluding CAMC period). The PO will be e-mailed
to the successful bidder along with registered post/ Courier as soon as it is ready. If it is not
accepted with desired formalities by the successful bidder within this stipulated period as
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 39
SPECIAL TERMS AND CONDITIONS OF CONTRACT
4.4 In case, there are finding/observation contrary to the SAT document by functional dept brought
to the notice of vendor within 30 days of submission of SAT checklist in prescribed format, the
date of completion will be determined based on the tabulation given below:
*Core Activity here denotes loss of entire automated operation of TT loading/TW loading/Tank
receipt/Tank despatch/Pipeline Receipt/Pipeline despatch.
4.5 In the event, there being a hindrance in conducting the SAT or dispute regarding the SAT Report
and observations of the Location In Charge, the vendor shall refer the matter in writing to the
concerned Engineering in charge for resolution. The decision of such authority shall be final.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 40
SPECIAL TERMS AND CONDITIONS OF CONTRACT
4.6 In partial modification of GCC Clause No. 5.5.0.0, the completion Certificate shall be issued
by Engineer-in-Charge on written request by the CONTRACTOR on successful completion of the
works and after completion of documentation as listed in clause 5.5.2.0 of GCC and including
release of final bills within 15 days from the date of receipt of written request for completion
certificate by the CONTRACTOR.
4.7 These special terms and conditions shall be read in conjunction with the technical
specifications, drawings, instructions to tenderers and particular conditions of contract and
any other document forming a part of the tender, wherever the tender so requires. This
supersedes clause 1.7.0.0, 2.1.1.2 and 4.0.3.0 of GCC.
4.8 However, depending on the scope of work in the project and the various front readiness and
dependence issues envisaged, the completion period of the project to be decided , which
may/may not be different than the typical completion period.
5.0 VALIDITY OF TENDER: The tender will be valid for a period of 120 days (One Hundred and
Twenty days) from the date of opening the tender which will be taken as the date of opening
of techno-commercial bid in case of two bid system of tenders.
6.0 The vendor is required to prepare detailed activity wise PERT/CPM chart with pre-requisite
for every activity wrt IOCL deliverables/fronts for entire job of Design, engineering, material
procurement, installation/erection, execution, commissioning of system, trial, SAT within
the stipulated time period. The same shall be discussed and finalized by IOCL Site Engineer/
Engineer-in-charge during Kick Off Meeting before commencement of work. IOCL will furnish
site project schedule and shutdown schedule to enable the vendor during KOM for preparing
the PERT / CPM chart.
If the vendor fails on the performance of the contract within stipulated time period for
reasons attributable to the vendor, the Corporation shall be entitled to recover and the
vendor agrees to pay to the Corporation as and by way of price adjustment for delay in
completion.
Initial security deposit: The successful tenderer shall deposit initial security deposit equal to
2.5% (Two and a half percent) of the total work order value, within 21 days from the date of
LOA, in any of the following modes.
1. Demand draft/ Pay order drawn on a nationalized/ scheduled bank drawn in favour
of Indian Oil Corporation Limited payable at Mumbai.
2. If the EMD payment has been made online, while creating SAP PO, PO creator shall
enter online EMD details of the bidder in PO. With this the EMD shall be transferred
to the respective bidder against that PO in respective company code. Further action
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 41
SPECIAL TERMS AND CONDITIONS OF CONTRACT
as required for converting it to SD/ISD (or for refund where applicable), shall be
initiated manually as per existing divisional practices. Balance ISD, if any may be paid
in the manner stipulated in (1) above.
Balance security deposit will be recovered at the rate of 10% of gross certified value
of work from incoming running bills till such time entire security deposit is recovered.
Applicable rate of recovery shall be as
7.1.2 BANK GUARANTEE (Only if the quantum of security deposit is in excess of 1,00,000/-):
i. Entire amount of security deposit [worked out on the basis of Work Order value (for Capital
works)]should be covered by BG as per the format issued by the Corporation and should be
submitted prior to commencement of work. The BG will be valid for a period of 3 months
beyond the Comprehensive AMC for first year.
ii. BG for value up to Rs 2.00 crore can be accepted if it is issued by an Indian Branch of any
Scheduled Bank appearing in the second schedule to the RBI Act, 1934.
iii. BG for value above Rs 2 (Two) Crore will be accepted if it is issued by an Indian Branch of:
b) Any Scheduled Bank (Other than a nationalized/ PSU bank) having atleast Desired
Credit rating at the time of acceptance of BG:
iv. Apart from above, BG, irrespective of its amount, issued by any other bank including non-
schedules banks, foreign branches of scheduled banks and foreign branches of foreign banks,
can be accepted provided such BG is confirmed/counter guaranteed by any bank mentioned
above at para iii.
Merely signing or endorsing or forwarding the BG by the scheduled bank does not amount to
counter guaranteeing. A proper document executed on a non-judicial stamp paper of
appropriate value with specific reference to the BG being counter guaranteed is essential.
v. BG may be sent directly either by bank or the vendor through any mode (Registered Post/
Speed Post/ Courier or by hand).
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 42
SPECIAL TERMS AND CONDITIONS OF CONTRACT
vi. BG details are to be transmitted electronically through Structured Financial Messaging System
(SFMS) from the BG opening bank to the beneficiary’s (IOCL) bank in a specified message
format.
However, it is essential to send the BG in the specified format in physical form on which
stamp duty is paid, i.e., BG printed on a stamp paper as SFMS is only for confirming the
authenticity of the BG.
vii. The above referred Bank guarantee shall be returned on completion of warranty period of
first year and on receipt of revised BG equivalent to 10% Comprehensive AMC value of the
total 6 years period (i.e. 2nd year to 7th year after project completion) during warranty. At
the end of every year of CAMC, the BG in lieu of the respective year’s CAMC will be returned
on receipt of revised BG equivalent to 10% of the remaining years’ cumulative
Comprehensive AMC value. In case of delay on the part of the vendor in submission of the
BG during the CAMC period, IOCL may encash the earlier BG.
viii. In case, SD is in the form of DD or deductions of bills, the SD amount will be refunded on
completion of first year warranty and on submission of DD/BG equivalent to 10%
Comprehensive AMC value of the total 6 years period (i.e. 2 nd year to 7th year after project
completion) during warranty. At the end of every year of CAMC, the BG in lieu of the
respective year’s CAMC will be returned on receipt of revised BG equivalent to 10% of the
remaining years cumulative Comprehensive AMC value. In case of delay on the part of the
vendor in submission of the BG during the CAMC period, IOCL may encash the earlier BG.
ix. The BG value upto Rs 2 (Two) Crore will be accepted if it is issued by an Indian Branch of any
Scheduled Bank appearing in the Second schedule to the RBI Act, 1934.
7.2 The tenderer should clearly indicate in his offer one of the modes of payment towards the
security Deposit.
7.3 Security Deposit shall not carry any interest.
8.0 RATES
8.1 Parties should visit the site to assess the working area and also to assess the local conditions
prior to quoting to ensure smooth working during the period of construction.
8.2 Work Order rates: Order will be placed as under-
For the purpose of placement of work order, item wise base rate shall be derived based on
tendered estimated rate and the applicable GST rate as indicated by the L1 bidder.
Work order for all Supply and Installation & Commissioning Services items shall be placed at
their base rate so derived after applying net offered premium/discount and applicable GST
rate as indicated by L1 bidder in the Price Bid.
DEFINITIONS
Contractual period / Work Completion Period /Contractual Delivery Date / Contractual
Completion Period shall mean the Scheduled Delivery / Completion Period as mentioned in
1
the LOA (Letter of Acceptance) or Purchase Order or Work Order and shall also include
approved extensions, if any.
GENERAL
Where any portion of the GCC/any other section of tender, is repugnant to or at variance
with any provision of the Standard Taxation Condition (STC), then the provision of the STC
1
shall be deemed to override the provisions of the GCC and shall, to the extent of such
repugnance or variations, prevail.
For the purpose of this STC, the term “tax” in addition to tax imposed under CGST (Central
Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/ GST
2
Compensation Cess Acts, also includes any duties, cess or statutory levies levied by central
or state authorities.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 44
SPECIAL TERMS AND CONDITIONS OF CONTRACT
Clause
No. Description
Rate variation in Taxes and any new promulgated taxes after last date of the submission of
price bid only on the final product and/or services (applicable to invoices raised on IOCL)
within the contractual delivery date /period (including extension approved if any) shall be
on IOCL’s Account against submission of documentary evidence.
Further , in case of delay in delivery of goods and/or services, any upward rate variation in
Taxes and any new promulgated taxes imposed after the contractual delivery date shall be
3 to the Seller’s / Contractor’s Account.
Similarly in case of any reduction in the rate(s) of the Taxes between last date of submission
of price bid relevant to the Contract and the date of execution of activities under the
contract, the Contractor shall pass on the benefit of such reduction to IOCL with the view
that IOCL shall pay reduced duty/Tax to Govt.
It would be the responsibility of the contractor to get the registration with the respective
Tax authorities. Any taxes being charged by the Contractors would be claimed by issuing
proper TAX Invoice indicating details /elements of all taxes charged and necessary
requirements as prescribed under the respective tax laws and also to mention his correct
and valid registration number(s) along with IOCL’s registration number as applicable for
particular supply on all invoices raised on IOCL.
Contractor to provide the GSTIN number from where the supply is proposed to be under
taken. Further the HSN Code / Service Accounting Code (SAC) as applicable for the subject
5 tender needs to be provided in the columns provided in the technical / Price bid.
In case the contractor is opting for Composition scheme under the GST laws (i.e Section 10
of the CGST Act, 2017 and similar provisions under the respective State / UT law), the
contractor should confirm the same. Further the contractor to confirm the issuance of Bill
of Supply while submission of tender documents and no GST will be charged on IOCL.
In case the contractor is falling under Unregistered category, the contractor should confirm
the same.
The contractor would be liable to reimburse or make good of any loss/claim by IOCL towards
tax credit rejected /disallowed by any tax authorities due to non deposit of taxes or non
updation of the data in GSTIN network or non filling of returns or non compliance of tax
6
laws by the Contractor by issuance of suitable credit note to IOCL. In case, contractor does
not issues credit note to IOCL, IOCL would be constrained to recover the amount including
interest payable alongwith Statutory levy/Tax, if any, payable on such recovery.
Tax element on any Debit Note / Supplementary invoice, raised by the contractor will be
reimbursed by IOCL as long as the same is within the permissible time limit as per the
7 respective taxation laws and also permissible under the Contract terms and conditions.
Contractors to ensure that such debit Notes are uploaded while filing the Statutory returns
as may be prescribed from time to time.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 45
SPECIAL TERMS AND CONDITIONS OF CONTRACT
Clause
No. Description
The contractor will be under obligation for quoting/charging correct rate of tax as
prescribed under the respective Tax Laws. Further the Contractor shall avail and pass on
benefits of all exemptions/concessions/benefits/waiver or any other benefits of similar
8
nature or kind available under the Tax Laws. In no case, differential Tax Claims due to wrong
classification of goods and/or services or understanding of law or rules or regulations or any
other reasons of similar nature shall be entertained by IOCL.
In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e.
payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice versa,
the contractor is liable to make good the loss suffered by IOCL by issuance of suitable credit
9
note to IOCL. In case, contractor does not issue credit note to IOCL, IOCL would be
constrained to recover the amount including interest payable alongwith Statutory levy, if
any, payable on such recovery.
In case the contractor is opting for Composition scheme under the GST laws, in such event
the evaluation of his bid will be based on the Quoted Price.
10
In case the contractor is falling under Unregistered category, then GST liability, if any, on
IOCL will be included for the purpose of evaluation.
In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the
11 delivered price to arrive at the net landed cost.
IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed under
12
section 31 of the CGST Act and respective states and Rules.
To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
13 certificates, documents and declarations as are required by IOCL to avail of the ITC with
respect to GST reimbursed by IOCL on materials sold to IOCL.
Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment
14
will be limited to the rate quoted as per BID subject to increase /decrease in Rates after
last date of submission of Price Bid provided delivery is within the Contractual period.
Wherever provisions of Tax deduction at source (TDS) are applicable under the
CGST/SCST/UTGST/IGST Act, 2017 on supplies of goods or services or both to IOCL, tax will
15
be deducted from the invoice raised and deposited with the authorities by IOCL. TDS
certificate as per provisions of CGST/SGST/UTGST/IGST Act, 2017 shall be issued by IOCL.
16 ROAD PERMIT /WAY BILL
IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor only
in those cases where materials is purchased by IOCL directly and/or IOC is statutorily
required to issue the Road permit/Way Bill, by whatever name it is called. Contractor will
16.1
be under obligation for proper utilization of road permits for the specific supply and in case
of seizure of goods/vehicle; the Contractor will be wholly responsible for release and
reimburse the litigation cost to IOCL.
IOCL shall on no account be responsible for delay or hold up due to the timely non
availability of such documents as are required to be furnished by the owner to obtain the
16.2 Road Permit/Way bill, by whatever name it is called. However, IOCL shall make best efforts
to provide sufficient number of Road Permits/way bill, by whatever name it is called on
demand to avoid any delay or Hold up.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 46
SPECIAL TERMS AND CONDITIONS OF CONTRACT
Clause
No. Description
Composite Supply has been defined as supply in which two or more supply of goods or service
or both or any combination are naturally bundled and supplied in conjunction with each
other in the ordinary course of Business, and then the rate as applicable for principal supply
will be applicable on the entire transaction.
17.1
Mixed supply has been defined as supplies of goods or service or both which are made in
conjunction with each other for a single price and which does not constitute a composite
supply then the rate as applicable for the highest rate will be applicable.
In view of the above various definitions under GST law, bidders are required to evaluate the
jobs to be undertaken covered under the tender and quote accordingly by taking in to
account the nature of Job read with the legal provision.
The place of supply in relation to an immovable property shall be the location at which the
immovable property is located or intended to be located.
In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the
delivered price to arrive at the net landed cost. IOCL shall reimburse GST levied as per TAX
17.3
invoice issued by the Contractor as prescribed under respective GST Acts and Rules. In case
the contractor is not permitted to issue Tax Invoice the same should be clearly mentioned
in the price Bid.
To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
17.4 certificates, documents and declarations as are required by IOCL to avail of the ITC with
respect to VAT reimbursed by IOCL on materials sold to IOCL
Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of
raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment
17.5
will be limited to the rate quoted as per BID subject to increase /decrease in Rates after
last date of submission of Price Bid provided delivery is within the Contractual period.
18 INCOME TAX
Resident Bidders:
Clause
No. Description
b) The CONTRACTOR shall be exclusively responsible and liable to pay all income taxes
on any payments arising out of the Contract, whether payable in India or outside
India.
d) Contractor shall not include withholding tax / tax deductible at source in its quoted
price. Withholding tax as applicable as per Indian Income Tax Act read with
respective Double Taxation Avoidance Agreements (DTAA) will be borne by IOCL.
8.4 The Bidders must note that the rates and amount indicated in the schedule of works shall be
applicable for all leads and lifts and reach involved. The Corporation also reserves the right to
operate or not operate or partly operate any item mentioned in the schedule. The rates quoted
for all items below the ground level shall be inclusive of adequate shoring, shuttering, bailing
out sub soil water (if found necessary) etc complete. The successful tenderer shall be
responsible for implementation of all precautionary measures for ensuring safety for all
materials and labor till such time the work is completed in all respects and handed over to the
Corporation.
8.5 Rate shall include certification from department of legal metrology for all MFM, PD/Turbine
meter, Master MFM, Blending Meter and additive injection meter (if required as per deptt of
Legal metrology) , Prover tank or any other metering equipment till the successful completion
of SAT; thereafter, any statutory fees shall be borne by IOCL.In case the project is delayed
beyond CDD due to reasons not attributable to vendor, then the W&M stamping (by deptt of
legal metrology) fees beyond the first time certification shall be borne by IOCL.
However, if the meters/Prover tank requires recalibration and re-stamping by dept of legal
metrology due to inaccuracy issue arising within the successful completion of SAT period, the
stamping fees and any other liasoning fees in connection with the same , payable to the dept
of legal metrology shall be borne by the vendor, as long as successful completion of SAT is
delayed due to the reasons attributable to the vendors.
8.6 Rate shall include cost towards Liasoning with concerned local authorities required for the job.
8.7 Rate shall also exclude cost towards exhaustive training to IOCL personnel as per Scope of
Work. Separate line item in the SOR will be there for that.
8.8 No Negotiation will be conducted with the bidders as a matter of routine. However,
Corporation reserves the right to conduct negotiations.
8.9 Work order to be placed from the recipient political state/location.
9.0 The Corporation reserves the right to accept any tender in whole or in part and reject any or
all tenders without assigning any reasons. The Corporation reserves the right to accept more
tenders in part. Decision of the Corporation in this regard will be final.
10.0 No price escalation shall be given. No extra payments other than the rate quoted shall be
entertained. No extra payments shall be made for working on extended hours, Saturdays,
Sundays and Holidays to meet the committed time schedule. Forms C will not be issued by
IOCL.
11.0 Once the tender is accepted and the contract is placed on the successful tenderer, the rates
for the different components in Schedule of Rates shall remain valid till the respective
components in Schedule of rates and the Job is 100% completed and SAT is accepted. No
escalation whatsoever will be entertained on any ground.
12.0 Progress report wrt activity plan finalized in the contract/ kick off meeting must be
submitted to IOCL by the vendor every month. IOCL will provide realistic dates for pending
front availability and shutdown planning to enable the vendor to update/ modify the
PERT/CPM accordingly.
13.0 Court of Jurisdiction: Court of Jurisdiction in case of any dispute shall be Mumbai*
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 49
SPECIAL TERMS AND CONDITIONS OF CONTRACT
14.0 Corporation reserve the right to revise/extend any Date/Time from scheduled timelines
of published tender.
* Shall be the State Office HQ city/town, in case the tender is invited by the State Office.
15.5.1 To start trial run, it shall be required to position the RE at site at vendor’s own cost to
make him fully conversant with & aware about the system. During warranty period (Post
Acceptance of system) vendor shall maintain a resident engineer (RE) at site on chargeable
basis to take care of day-to-day maintenance of the system & to make IOCL officer fully
conversant with the system. The rate for RE services shall be as finalized in the tender
without any escalation & a separate standalone PO for these services (without any additional
SD) shall be issued by Location on commencement of warranty. No extra payment will be
made on account of RE for location operation in extended hours/Sundays/Holidays as and
when required, during warranty period.
15.5.2 Vendor is required to arrange to position qualified & trained / experienced Resident
Engineers at IOCL terminal to facilitate day to day operations and maintenance of the
Terminal automation system as supplied by the vendor in an uninterrupted and smooth
manner. Resident Engineer/s at the site shall be responsible for maintenance activities
required to maintain the system in healthy condition with the assistance of back-office
support, during warranty period. No RE shall be positioned during CAMC period & IOCL officers
positioned at locations shall run & maintain the TAS system during CAMC period.
15.5.3 In case, location requires the services of RE later during CAMC period, IOCL can ask the vendor
to provide services of RE with an advance intimation of 3 months to the vendor. These
services of RE shall be on chargeable basis at work order rates of RE plus applicable escalation
percentage as mentioned in WARRANTY & CAMC CLAUSES.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 50
SPECIAL TERMS AND CONDITIONS OF CONTRACT
Such option of reverting to services of RE to be provided by the vendor can be exercised only
once during balance CAMC period & IOCL will have to engage services of RE till end of CAMC.
70% of the rates quoted against receipt of the supply items/materials at site in good
condition, along with submission of test/inspection, statutory certificates along with invoice.
Additionally GST amount as reflected in vendor`s tax invoice shall be paid in full i.e. 100%(
% GST reimbursed shall be limited to percentage quoted by vendor at the time of tender or
actual, whichever is lower).
16.1.2 Step 2: On Successful completion of SAT without any contrary observations (within the
contractual scope of the work of the vendor and except any issues pertaining to stabilization)
by IOCL within 30 days of its submission (As explained in Clause No.4.0):
10% of the rates quoted against supply items/materials will be released after successful
completion of SAT within contractual scope of work and except any issues pertaining to
stabilisation (with active involvement of the location, specially wrt making required fronts /
facilities available in timely manner to conduct the SAT within the intended timeframe) and
submission of SAT document (format of SAT attached with tender document) by the vendor,
and operation of error/breakdown free system for a period of 30 days (The successful
completion of SAT will be determined based on Tabulation in clause no. 4.0) Within the same
timeline OEM inspected and certified satisfactory installation and commissioning report should
be submitted by the vendor for all critical field equipments including metering equipments and
safety permissive accessories in TLF / TW, Tank gauging equipments, DBBV, ROSOV, Barrier
gate, BQD, CCTV equipments, PLCs, DCS, UPS, Servers. However, it is upto the vendor to involve
the other respective OEMs as well wrt installation and commissioning of other equipments,
considering the fact that notwithstanding the above the onus of desired upkeep and stability
of operation of the equipments till AMC completion lies with the vendor.
In case, the net delay in conducting SAT for reasons not attributable to Vendors wrt the
scheduled SAT date as per Activity Planning schedule finalised during Kick of Meeting, crosses
2 months, above 10 % payment of the respective supply component shall be released
against a BG of equivalent amount valid upto a period equivalent to expected SAT
date. In case of any further delay in SAT, BG validity shall be extended till actual SAT
completion.
The IOCL location in-charge will extend all necessary assistance in conducting SAT. The bidder
will not delay the SAT report and its submission for non availability of/ presence of IOCL
representative at the place where SAT is being conducted, apart from the issues/areas where
location’s facilitation/operational assistance are necessarily required. The bidder will
communicate in writing any hindrance/ problems in conducting SAT to the Engineering in-
charge. The oral request / communication regarding the hindrances/ problems in conducting
SAT report will not be entertained.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 51
SPECIAL TERMS AND CONDITIONS OF CONTRACT
The Location in-Charge or his authorised representative to check the system operation and
efficacy of SAT document within a period of 30 days and comment on the SAT document
within 25 days from the submission of SAT document.
In the event, there being a hindrance in conducting the SAT or dispute regarding the SAT
Report and observations of the Location in-Charge, the vendor shall refer the matter in writing
to the concerned Engineering in-charge for resolution. The decision of such authority shall
be final.
In case nothing contrary to the SAT document is received within max 30 days, it will be
presumed as successful completion and payment will be released.
20 % of the remaining Capex Cost for Supply items shall be payable on establishing complete
stability of the system performance wrt accuracy and repeatability (wherever the same could
be commissioned/established based on available fronts) within the stabilisation period of
maximum next 60 days. Location should facilitate product movement in the tanks upto
desired levels and taking and recording comparative ( manual dip with proper dip tape using
Ullage method vs ATG reading) readings and vendor should set it right based on these
observations and finally there should be joint sign off wrt the accuracy and repeatability
achieved. In case the above result is achieved within SAT milestone, the payment can be
released against successful completion of SAT milestone.
In case, the net delay in attaining System Stability for reasons not attributable to Vendors
wrt the scheduled Stabilisation accomplishment date as per Activity Planning schedule
finalised during Kick Of Meeting, crosses 3 months, above 20 % payment of the respective
supply component shall be released against a BG of equivalent amount valid upto a
period equivalent to expected System Stabilisation accomplishment date. In case of any
further delay in System Stabilisation, BG validity shall be extended till actual System
Stabilisation accomplishment.
40 % of the rates quoted against Installation and Commissioning items will be released after
successful power on of the corresponding sub systems. For Claiming the payment against this
milestone, Installation certificate jointly certified by TAS Vendor’s site Engineer, OEM
Engineer and IOCL site engineer is required to be submitted for HCD, Fire Alarm system, MFM,
BCU, CCTV-VMS and NAS
16.2.2 Step 2: On Successful completion of SAT without any contrary observations (within the
contractual scope of work of vendor and except any issues pertaining to stabilization ) by
IOCL within 30 days of its submission (As explained in Clause No.4.0):
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 52
SPECIAL TERMS AND CONDITIONS OF CONTRACT
40% of the rates quoted against Installation and Commissioning items will be released after
successful completion of SAT within contractual scope of work and except any issues pertaining
to stabilisation (with active involvement of the location, specially wrt making required fronts
/ facilities available in timely manner to conduct the SAT within the intended timeframe and
submission of SAT document (format of SAT attached with tender document) by the vendor,
and operation of error/breakdown free system for a period of 30 days (The successful
completion of SAT will be determined based on Tabulation in clause no. 4.0) . Within the same
timeline OEM inspected and certified satisfactory installation and commissioning report jointly
certified by TAS Vendor’s site Engineer, OEM Engineer and IOCL site engineer, should be
submitted by the vendor for all critical field equipments including metering equipments barring
MFM, BCU and safety permissive accessories in TLF / TW, Tank gauging equipments including
density probe, Barrier gate, CCTV Equipments, ACS, BQD, PLCs, DCS, UPS, Servers. However,
it is upto the vendor to involve the other respective OEMs as well wrt installation and
commissioning of other equipments, considering the fact that notwithstanding the above the
onus of desired upkeep and stability of operation of the equipments till AMC completion lies
with the vendor.
20 % of the remaining Capex Cost for Installation and Commissioning items shall be payable
on establishing complete stability of the system performance wrt accuracy and repeatability
(wherever the same could be commissioned/established based on available fronts) within the
stabilisation period of maximum next 60 days. Location should facilitate product movement
in the tanks upto desired levels and taking and recording comparative ( manual dip with
proper dip tape using Ullage method vs ATG reading) readings and vendor should set it right
based on these observation and finally there should be joint sign off wrt the accuracy and
repeatability achieved. In case the above result is achieved within SAT milestone, the
payment can be released against successful completion of SAT milestone.
NOTE :
i) In case, SAT and / or System Stabilisation cannot be conducted within scheduled time frame
(as per Contract/Kick Off meeting) to comply with Contractual completion period, due to
reasons not attributable to vendor, time extension will be given by IOCL accordingly.
ii) In case of delay on part of IOC in infrastructure completion/Product positioning, the payment
of sub-systems will be released for which SAT has been conducted and remaining payment will
be released on successful SAT of pending sub-system.
iii) Materials positioning at site should be planned and signed jointly by Vendor and IOCL during
Kick Of Meeting in such a manner (considering contractual completion period vis a vis
facilities/front readiness anticipated), so that materials/equipments idling at site without
provision for installation/power on / commissioning are minimised and unnecessary ageing of
equipments at site without installation and commissioning do not take place. Due time
extension approval in this regard shall be given by IOCL to the vendor well in advance. In case,
vendor position the materials notwithstanding the above referred understanding, then onus of
warranty/equipment warranty etc will remain with the vendor and IOCL would not be
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 53
SPECIAL TERMS AND CONDITIONS OF CONTRACT
responsible in any way for any payment against such early supply(without power on).This is in
conjunction with clause no 4.3.5.0 and 4.3.6.0 of GCC.
iv) Delay analysis along with copy of “Hindrance register” updates to be prepared and submitted
by the vendor to IOCL with due acknowledgement from the concerned IOCL representative, on
monthly basis.
v) For any extra quantities and/or additional items executed thru amendment of the original PO
or new PO (thru Single tender) in connection with the ongoing works, the same shall be
governed by the same terms and conditions of the original PO .
vi) The above referred trials and acceptance tests and their modus operandi shall be read in
conjunction with GCC clause no 5.3.1.0,5.3.1.1, 5.3.2.0, 5.4.7.0, 5.4.9.1 and shall supersede
these GCC clauses in case of any contradiction.
17.2.1 Must comply to minimum technical specification and functional requirements given in the
tender. Better specifications are always acceptable.
17.2.2 Availability of all statutory certificates for the respective equipment make/model
17.2.3 Availability of PAN India service network to meet the desired level of quality , uptime and
service level requirement during project and maintenance as specified in the tender
17.3 Vendor needs to submit required substantiating documents and undertaking in this regard to
IOCL, before finalising the OEM by him for procurement of concerned bought out items. This
sharing of information with substantiating documents and undertaking will not absolve the TA
vendor from his responsibility with respect to appropriate and preferably best OEM selection,
successful Project implementation and successful AMC completion including desired
performance level and uptime of the equipment/s during commissioning, SAT as well as AMC
period.
17.4 Notwithstanding the above, following clauses shall also apply in such cases :
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 54
SPECIAL TERMS AND CONDITIONS OF CONTRACT
17.4.1 IOCL will have the liberty to select any of the items of such make / model at random basis ,
before dispatch and/or on receipt at site and/or after installation and commissioning, for
testing in reputed laboratory in India/ Country of origin as decided by IOCL to verify the
conformity wrt technical specifications and statutory approvals. In case the sample is drawn
after installation/commissioning, during the period of drawal of sample and till the time the
said equipment is put back in operation the vendor shall have to provide suitable replacement
for uninterrupted operation of TA system at no additional cost to IOCL. The cost towards
transportation of the sample to the specified laboratory, cost towards testing and any other
associated cost shall have to be borne by the vendor. If it is found that the test result is not
in conformity of the minimum technical specification mentioned in the tender and/or
statutory approvals are not in order, vendor shall be liable to replace all the equipments of
such make and model immediately at his own cost.
17.4.2 In case of poor performance of the equipment wrt repetitive hardware or software failure
and/or failure in terms of non compliance to performance parameters and/or not meeting
the desired service level requirement as specified in the tender during Project or during
CAMC, the TAS vendor has to replace all the equipments of the same make/model at his own
cost. This may lead to contractual action against the TA vendor including holiday listing, as
deemed fit.
17.4.3 Supply of all the cables must be IS standard / BS standard / EN standard complied as per
specification and wherever only a single standard (like IS) is followed, IS code/ISI should be
marked/embossed on outer sheath of the cables. One set of each type of cable sample must
be drawn by the vendor during pre dispatch stage and get it tested from Govt. approved
independent Laboratory/NABL accredited lab for ensuring compliance to the specifications
and the same test report should be a part of the dispatch clearance from the vendor’s side
(other than OEM’s own factory/QA test reports) subject to Cables test reports (in house as
well as 3rd party laboratory) meeting the Specification and test criteria successfully.
Another two samples of each type of the cables should be drawn from the field. One set
should be handed over to IOCL, who will have the sole discretion to get the sample tested at
any laboratory before acceptance. The 2nd set of sample to be retained by the TA vendor at
least till SAT.
17.4.4 The make of equipment shall mean the make/brand of equipment as indicated. Further, all
the materials/ equipment for works proposed shall be new and bought fresh for the works.
Necessary proof of documents shall also be submitted.
17.4.5 Vendor needs to obtain and produce (before SAT) the OEM inspected and certified satisfactory
installation and commissioning report for all critical field equipments including metering
equipments and safety permissive accessories in TLF / TW, Tank gauging equipments, DBBV,
ROSOV, Barrier gate, BQD, CCTV equipments, PLCs, DCS, UPS, Servers. However, it is upto
the vendor to involve the other respective OEMs as well wrt installation and commissioning
of other equipments, considering the fact that notwithstanding the above the onus of desired
upkeep and stability of operation of the equipments till CAMC completion lies with the
vendor.
18.0 INSURANCE
18.1 All goods supplied under the contract shall be fully insured by the vendor against loss or damage
incidental to manufacture or acquisition, transportation, storage, delivery and erection. The
vendor shall take comprehensive insurance policy in favour of IOCL before any payment is
released to the vendor by IOCL, for the value of CAPEX amount to the above effect without
any cost implication to IOCL. The insurance shall be valid till final bill for the CAPEX works is
released. IOCL won’t be responsible for any theft, damage or loss of equipment/s during the
pendency of the project. Insurance premium needs to be paid by the vendor.
A. WARRANTY
i. Post acceptance of Site acceptance test (SAT), there shall be a warranty period of one year.
ii. Vendor shall be responsible for Design, Engineering, Quality, Workmanship, Operation &
Maintenance of all equipment, accessories, etc. supplied by the vendor.
iii. It shall be obligatory on the part of the Vendor that during the defect liability/warranty
period, Vendor will take complete responsibility for any defect observed in the system (i.e.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 56
SPECIAL TERMS AND CONDITIONS OF CONTRACT
iv. Cost of all spares, equipment’s, instruments & services (Preventive & Breakdown) excluding
Resident Engineer/s support to take care of maintenance, shall be borne by the Vendor during
warranty period.
v. To start trial run, it shall be required to position the RE at site at his own cost to make
him fully conversant with & aware about the system. During warranty period (Post
Acceptance of system) vendor shall maintain a resident engineer (RE) at site on chargeable
basis to take care of day-to-day maintenance of the system & to make IOCL officer fully
conversant with the system. The rate for RE services shall be as finalized in the tender
without any escalation & a separate standalone PO for these services (without any additional
SD) shall be issued by Location on commencement of warranty.
B. COMPREHENSIVE AMC
i. Comprehensive AMC (CAMC) shall be for a period of 6 (Six) years after completion of warranty
period subject to supply of minimum spare as per list provided in tender. (The cost of these
spares shall be borne by vendor within overall project cost & no line item for the same shall
be provided in SOR). No RE shall be positioned during CAMC period & IOCL officers positioned
at locations shall run & maintain the TAS system during CAMC period. However, the cost of
all spares, equipment, instruments to take care of maintenance, shall be borne by the Vendor
during CAMC.
ii. In case, location requires the services of RE later during CAMC period, IOCL can ask the
vendor to provide services of RE with an advance intimation of 3 months to the vendor.
These services of RE shall be on chargeable basis at work order rates of RE plus
applicable escalation percentage as mentioned in WARRANTY & CAMC CLAUSES.
Such option of reverting to services of RE to be provided by the vendor can be exercised
only once during balance CAMC period & IOCL will have to engage services of RE till end
of CAMC.
iii. Before the end of warranty, vendor shall be required to supply minimum spares as per
list attached in tender. In case minimum spares are not supplied by vendor, the CAMC
shall not commence & system shall continue to be in warranty period with RE support.
However, IOCL shall not make any payment towards RE services in this extended period.
Vendor to maintain inventory of minimum spares at the site by replenishment as & when
required and maintain any additional spare over and above the list mention in tender for
maintaining the system in operating condition. The vendor shall always promptly
replenish the spares as & where the same are used. IOCL officer at location shall send a
communication to the vendor on usage of spares as and when used, thru mail/SRMS
portal/TAS (TAS integrated to SRMS). The vendor should do proper spares management
by carrying out periodical testing of the spares, safeguards against obsolescence, any up
gradation, timely replenishment, etc
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 57
SPECIAL TERMS AND CONDITIONS OF CONTRACT
iv. These Spares at the end of CAMC shall be handed over to IOCL & property of IOCL. The vendor
shall always ensure availability of spares (at minimum) at the site and in the custody of IOCL-
in-charge.
v. The vendor shall be required to maintain the system as in warranty period & failure to do so
shall attract penalty as applicable during warranty period. IOCL also reserves the right to
purchase the spares directly from OEM at risk & cost of the vendor.
vi. During CAMC, vendor shall send his engineers/OEM engineers to assist IOCL in maintaining
the system. There shall be 12 visits per year to take care of preventive /breakdown
requirements. Each visit shall be of 2 man-days of min. 8 Hours each at location & shall
conclude only after the deliverables are achieved as per the check list attached
separately. The frequency & timing of visits shall be decided by vendor in consultation
with IOCL concerned officer. The cost of these visits shall be included in CAMC charges
& no extra charges shall be borne by IOCL on account of these 12 visits. Beyond 12 visits
in a year, in case of any extra visit requirement for carrying out breakdown services,
Charges of Rs 20,000/- per day shall be paid and separate PO shall be placed by location
for the same as and when required.
vii. Over and above 12 visits of TAS vendor as specified above, two Nos. visits of Radar Gauge
OEM, two Nos. visits of MFM OEM, two Nos. visits of HCD OEM, are also included in the CAMC
rates per annum. Each OEM visit should be for a minimum of 2 days. These shall be carried
out as & when advised by IOCL. Of the total charges quoted against CAMC, 2% charges per
visit (already included in CAMC cost) for these OEM visits & shall be paid only against after
OEM visits i.e., 12% of the CAMC cost per annum (2% per visit). Settlement for any recovery
on account of these visits not carried out, will be done on annual & pro rata basis. The
deliverable of these visits shall be decided in writing in consultation with IOCL prior to the
visit & the visit will be treated as completed only after deliverables are achieved.
i. It may be noted that during warranty & CAMC period, Vendor will take complete responsibility
for any defect observed in any system/sub system/skid/equipment/instrument supplied by
or taken over by them. For integration of any IOCL/Third party supplied free issue items with
TAS during the above period, while the communication protocol and/or any other available
details shall be shared with the vendor by IOCL, no additional charges would be payable on
account of integration/any kind of SW modification on this account; only any billable HW /
Equipment / Materials and its installation/commissioning charges(that form part of original
work order), if any required for such integration would be paid as per the rates finalized for
original work order plus maximum 8% escalation in rate every two years (wrt the original
rate). Rates applicable from warranty period till 9th year of CAMC shall be as tabulated
below:
SN SOR rates AS PER WO + % increase over SOR
Year
rates
SOR rates + 08% increase over original SOR
1 Warranty & 1st year of CAMC
rates
SOR rates + 16% increase over original SOR
2 2nd & 3rd Year of CAMC
rates
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 58
SPECIAL TERMS AND CONDITIONS OF CONTRACT
iii. Cost of all spares (other than any items distinctly mentioned as consumables and under
scope of IOCL), equipment, instruments & services (be preventive & breakdown) to take
care of the entire TAS has to be borne by the Vendor during entire CAMC period.
Following replacement schedule (limited to the scope of items supplied vide original
work) at the minimum are mandatory during entire CAMC period. However, this is
minimum and any component of any equipment or the equipment itself which needs to
be replaced as per OEM recommendation/ field experience, must be replaced well in
advance intended to ensure zero downtime and avoid any possibility of failure, and
frequency of such component replacement must be intimated to the location in charge
and maintained accordingly.
Earthing cable along with socket for all earthing relay & Rack
monitor
RIT cum driver acknowledgement Push buttons including
lamps, ROSOV push button including lamps, Earthing relay
lamp (if applicable)
Earthing cable along with socket for all earthing relay & Rack
monitor
5 5th year of CAMC RIT cum driver acknowledgement Push buttons including
lamps, ROSOV push button including lamps, Earthing relay
lamp (if applicable)
Other hardware as required, depending upon performance of
the same
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 60
SPECIAL TERMS AND CONDITIONS OF CONTRACT
6 6th Year of CAMC Swivel joints and vacuum breakers of top/bottom loading
arms as applicable or number of TTs filled from the loading
point should not exceed 10000 TTs whichever is earlier
Seal of API coupler for bottom loading arm by OEM
Other hardware as required, depending upon performance of
the same
Earthing cable along with socket for all earthing relay & Rack
monitor
8th Year of CAMC RIT cum driver acknowledgement Push buttons including
8 lamps, ROSOV push button including lamps, Earthing relay
lamp (if applicable)
Any other hardware/ spares which are required to be replaced for smooth operations
during warranty and CAMC period needs to be done at no additional cost to IOCL.
Depending on the nature of loading (top/bottom) of the concerned location, loading arm
related spares replacement option as given above shall be applicable.
iv. During Warranty & CAMC, TAS vendor to carry out any software modification, up gradation,
replacement/hardware up gradation, replacement required to ensure(a) desired system
performance level, response time as it was during SAT, (b) mitigation from any hardware
incompatibility, (c)mitigation from any software obsolescence,(d) compliance to any
compulsory requirement of migration to new software platform or (e) integration with any
SAP protocol amendment/addition on IOCL's part (within the scope of ERP system in vogue)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 61
SPECIAL TERMS AND CONDITIONS OF CONTRACT
wrt communication with TAS . All SW /HW modifications beyond SOR line items shall be in the
scope of the vendor without any financial implication to IOCL.
v. The software at running location will be replaced/ upgraded with upgraded version of TAS
software in case the same is required to take care of any bugs and latest logic and functional
features at vendor’s cost.
vi. No additional charges are payable for any Integration of new Hardware, Field Instrumentation,
3rd party system with TAS within the scope of existing contract or executed through separate
contract during project. For integration of any IOCL/Third party supplied free issue items
with TAS during the above period, while the communication protocol and/or any other
available details shall be shared with the vendor by IOCL, no additional charges would be
payable on account of integration/any kind of SW modification on this account unless covered
in a separate line item in the SOR; only any billable HW / Equipment / Materials and its
installation/commissioning charges (that form part of original work order), if any required for
such integration would be paid as per the rates finalized for original work order plus escalation
in rate (wrt the original rate) wef warranty till end of CAMC, as elaborated in WARRANTY &
CAMC CLAUSES.
vii. During the CAMC, Vendor will hold at least the inventory of minimum spares at the site
required for maintaining the system in uninterrupted operating condition. Preventive
maintenance schedule (including servicing as well as component/parts/complete
replacement schedule) for all equipment and the entire TA system to meet the service
level requirements shall be developed by the vendor in line with respective OEM
recommendation and vendor’s own domain expertise/experience and the same shall be
submitted to the location in the beginning of every year of CAMC.
viii. Only printer cartridges, printing stationery, barrier gate boom (in case physically damaged at
no fault of vendor), Earthing clamp and cable (in case physically damaged at no fault of
vendor) shall be considered as consumables under the scope of IOCL. Rest of all items will be
under the scope of TA vendor.
ix. Vendor must enter into back to back agreement with OEMs to cover entire period of CAMC to
get required service support for preventive and breakdown maintenance, so that (a) all the
preventive maintenance schedule is maintained as per OEM's recommendation or in better
manner befitting the uptime requirement, (b) only original spares of the OEM are used for all
kinds of maintenance and (c) only OEM own engineers / OEM trained and certified engineers
do the preventive / breakdown maintenance for the TAS equipment (which can be done in the
field). However, back-to-back agreement/ CAMC from OEM is not envisaged for commodity
items like Cables, trays, TBs, JBs, Glands, MCTs etc.
x. The unskilled labour for any preventive/ breakdown maintenance jobs during WARRANTY and
CAMC period would be supplied by the Location. However, providing all semi-skilled, skilled
and technical labours for various jobs shall be in vendor's scope and the entire jobs during the
period would be carried out under direct supervision of vendor representative.
D. PAYMENT
i. WARRANTY:
ii. The RE payment shall be released on quarterly basis after submission of taxable invoice by
vendor to location.
Quarterly Payments will be made as per the detailed terms & conditions for CAMC as
mentioned in the tender. Price adjustments towards delays in services shall be applicable.
i. CAMC value for 6 years would be 25% of the base price of Supplies plus Installation/
commissioning Services (i.e., 25% of the executed CAPEX amount). The applicable GST
as per quoted rate shall be paid extra.
ii. The breakup of CAMC charges payable wrt base price of Supplies plus Installation/
commissioning Services (i.e., excluding GST) for 6 (Six) years are as tabulated below:
i. In case the new vendor has to integrate his supplied system into the existing system with
old equipment’s, and the old equipment’s are to continue without the service of the old
vendors (i.e. it is envisaged that both the old and the new system would run with a
combination of old and new equipment’s, but eventually the entire system would switch
over to the new vendor’s software system), the new vendor would take over the old
equipment’s after the award of work on as is where is basis and maintain the system as
per the guidelines applicable for newly supplied equipment’s during AMC. The bidder is
required to maintain the existing equipment’s/system from the time field works in the
areas of existing equipment’s and/or any other systems having direct/indirect interface
with the same equipment’s are commenced by them, as per the CAMC cost as explained
below. However, as long as existing/old TLF automation Server are not replaced by the
new system or TLF field equipment’s replacement works are commenced upon, the TLF
automation system shall be maintained by the existing vendor.
ii. It is the basic responsibility of the prospective bidders to carry out thorough survey of
the existing equipment’s in case of a brown field project before bidding and seek
clarification during Pre bid to understand which are the equipment’s IOCL will get
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 63
SPECIAL TERMS AND CONDITIONS OF CONTRACT
rectified within IOCL scope and what all the successful bidder is supposed to take over
on as is where is basis and rectify on their account.
iii. In this case, where the new vendor has to maintain the old/existing system/equipment’s
as well, besides the supplied equipment’s under the respective tender, CAMC charges
for maintenance of old equipment’s shall also be payable to new vendor.
iv. The yearly CAMC charges for old equipment shall be charged at same percentage as new
system. The CAPEX value of old equipment for this purpose shall be taken from original
work order through which the equipment was originally supplied.
v. Note:- B = Old Work order value (Rs/- XXXXXXXXXXXXX)of Old equipment being retained.
E. PRICE ADJUSTMENT TOWRDS DELAY IN SERVICE DURING WARRANTY & CAMC PERIOD:
• During Warranty period, for any failure of the system resulting into loss of entire operation
of TT loading/TW loading/Tank receipt/Tank dispatch/Pipeline Receipt/Pipeline dispatch
(Including Manual operation of any of these basic operations in Manual mode), for more than
free time of 2 hrs. (Two hours) in every occasion, deduction @ [10 times overall CAMC value
for the running quarter/ (90 x 24)], per hour of operation loss will be made for down time
of system.
• Although there is no payment is to be made apart from RE payments during warranty period,
CAMC value during 1st year shall be taken for price adjustment calculation.
• During CAMC period, since vendor’s RE shall not be positioned at the location, free time shall
be taken as 48 hours from time of reporting of matter by designated officer/ any other officer
of location. Such reporting shall be done by email/Vendor management portal. Over and
above the free time, deduction @ [10 times overall CAMC value for the running quarter/
(90 x 24)], per hour of operation loss will be made for down time of system.
• However, if restoration of any of the sub-system require prior approval from W&M (In case
of Seal opening/ breaking), the countdown will be commenced from obtaining approval of
Legal Metrology department by the location. Similarly, for any down time resulted due to
established event of Force Majeure (including lightning, floods), physical damages, and
permissible lead time for repair as referred above would not be under the purview of
calculation of Price Adjustment.
• However in case of failure of equipment resulting partial down time of equipment /complete
malfunction in any functional areas including TLF/ TW / TFMS for more than free time of 48
hrs (Forty Eight hours) during warranty period & 72 hrs during CAMC period in every
occasion, deduction @ [1% of SOR value (as per WO) of concerned equipment/s], per hour
of equipment downtime will be made for down time of the equipment/s. The time hence
calculated out of any system/ subsystem running on redundant/ non redundant mode or
resulting leakages/ spillage etc beyond the stipulated allowable period will be treated as
partial downtime and Price adjustment rate will be guided by this clause. However, if
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 64
SPECIAL TERMS AND CONDITIONS OF CONTRACT
restoration of any of the subsystem require prior approval from W&M (In case of Seal opening/
breaking), the countdown will be commenced from obtaining approval of Legal Metrology
department by the location/ Vendor. Similarly, for any down time resulted due to established
event of Force Majeure (including lightning, floods), physical damages, and permissible lead
time for repair as referred above would not be applicable under the purview of calculation
of Price Adjustment. Reporting time shall be taken from the time, officer in charge/ any
other officer of location reports the issue by mail/SRMS (Service request management system)
Portal.
• In case of partial down time/ complete malfunction of equipment/s, if the defective
equipment/ instrument is/are not repaired/ replaced within 7 days beyond the initial 48 hrs
/72 hrs grace period during warranty & CAMC respectively, deductions shall be applicable
for full operational down time/malfunction for the entire period wef immediately after initial
48 hrs /72 hrs of downtime/malfunction up to the time of repair/rectification @ [10 times
overall CAMC value for the running quarter/ (90 x 24) ], per hour of equipment
downtime/complete malfunction.
• Such price adjustments applicable in line with the above shall be provided by the vendor as
price discount in the Tax invoice itself, and then only the same must be submitted to IOCL
as per payment terms.
• The cumulative amount with respect to delay in services on account of the above over a
quarter shall be adjusted against the comprehensive CAMC payment for the quarter, subject
to maximum deductible amount restricted up to total CAMC amount payable for that quarter.
Total deduction per quarter will be limited to the quarterly CAMC payment only.
• If the financial implication on account of deduction charges against downtime as mentioned
above equals Quarterly CAMC value in any two quarters during this period, in such case other
than the price adjustment against CAMC amount payable, prevailing SD BG shall be en-cashed
and vendor needs to submit a fresh SD BG @ 20% of the CAMC value for the remaining period.
• Fault detection module shall be embedded part of offered software solution which will be
able to provide system generated Down time calculation for a stipulated period. Solution
should have provision of Auto/Online logging (Active equipment’s) of such faults. Also, it
should have provision for manual logging of faults for mechanical equipment/ instruments
(fault and rectification reporting for which can be made only in offline mode) to be where
IOCL representative can log fault and can acknowledge fault rectification after attending of
fault. Both the facility with provision for capturing "Remarks wrt fault attribution" column
duly filled up and agreed by counterparts would endow with system generated downtime
calculation for each Equipment/ Instrument/ Sub system. Software should be flexibility to
integrated & fault/complaints/resolution are generated in SRMS portal automatically once it
captures in fault detection module.
• The CAMC bills must be supported by these reports as well as Preventive maintenance and
breakdown maintenance service reports duly certified by designated officer of location.
Force Majeure clause is also applicable here.
• Notwithstanding anything to the contrary contained in the post work order Agreement, during
CAMC the Company shall always have the right to terminate this Agreement by giving to the
Contractor a [90 days] written notice in this regard. Upon such termination the Company
shall only be required to pay the Contractor a maximum rupee amount equivalent to the
balance outstanding CAMC Price and/or return the BG deposited with IOCL, as proved by the
Contractor to be due and payable by the Company to the Contractor after adjustment of any
amounts that may be due by the Contractor to the Company. For avoidance of doubt it is
clarified that in such circumstances, no other sum of money whatsoever shall be payable or
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 65
SPECIAL TERMS AND CONDITIONS OF CONTRACT
paid by the Company to the Contractor and correspondingly the Contractor shall have no
claim whatsoever against the Company.
• Also, notwithstanding anything to the contrary contained in the post work order agreement,
during CAMC, in case of delay in services, Corporation (IOCL) shall always have the right to
get the work executed by any other agency at the cost and risk of the original contractor and
debit/recover the amount from his CAMC bills and/or SD BG. Moreover, in case of such delay
in services as per the terms of the tender and/or non- adherence to the terms and conditions
of CAMC and/or suspending, aborting the services within CAMC period, necessary actions as
per the contractual provision as deemed fit shall be taken by IOCL including Holiday listing
of the vendor.
19.1 Substitution of Contractor : If the company finds it necessary to employ a person or persons
for the purpose provided in clauses 18.19 above, then the company may deduct and retain
from out of the sums due to the contractor all such amounts as they may require to pay or to
reimburse themselves there from in respect of the costs and expenses which they have incurred
in completing the work and or in removing defective work and rebuilding or replacing the same
in a manner satisfactory to the company and if such amounts be more than the sums due or
thereafter becoming due to the contractor, then the balance shall be a debt recoverable from
the contractor by the company. The contractor shall not in any manner do or cause to be done
any act, matter or things whatsoever to prevent the person or persons so employed by the
company from removing defective work and re-building or replacing the same in a manner
satisfactory to the company and / or from, completing the work in the manner aforesaid.
19.2 At the end of CAMC period, IOCL shall have a binding option to extend the comprehensive
annual maintenance contract up to additional 3 years at last year’s rates at 7% per year for
next three years. For extension of CAMC, IOCL shall intimate vendor before end of CAMC with
an advance intimation of 3 months.
20.0 To ensure best performance of the system as a whole & each individual equipment/Instrument
in terms of performance parameters like accuracy, repeatability, reliability, sustenance of
communication etc & ensure Zero down time of any individual equipment/ instrument or the
system as a whole during project, commissioning, trial run, SAT, stabilization period, warranty
& CAMC period, the onus of selecting Best quality of equipments lies with the Vendor.
It is presumed that the selected Vendor being the domain expert in the field of Terminal
Automation is capable enough to select the best equipments & can provide best of detailed
Engineering in all respect in line with the contractual scope & specification. Hence, there is
no need to submit datasheets/designs for approval. However, all the documents (viz
makes/brands/models/datasheets/detail engineering/ SW logic/ System configuration /
certificates / supporting documents as desired in the tender document, along with WO
compliance undertaking etc) in line with the Work Order need to be submitted to IOCL/TPI for
information only unless IOCL comes out with specific recommendations /requirements under
the purview of the contractual scope.
The input wrt Loading/ Facility data like position of FAS, Earth pits, AOPS nozzle reference
height, Safe filling Height, Cable route layout, Customised FDS Logic, Configuration
parameters, third party/free issue equipment tags, etc (which are location specific and
necessarily needs user input) shall be provided by the HO/State/Location, as applicable.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 66
SPECIAL TERMS AND CONDITIONS OF CONTRACT
In case, bidder has any contradiction, anticipated deviation, recommendation regarding any
specification, datasheets, makes, scope, terms & conditions, drawings etc, the same must be
raised during the Pre-bid meeting. Any point beyond the clarification given thru pre-bid MoM
shall be deemed to be in the vendor’s scope in line with techno-commercial as well as price
bid of the tender document.
The electrical works shall be carried out through Licensed Electrical personnel only.
22.2 In case, electrical power is given by the Corporation at its discretion then, the electrical
charges incurred on monthly basis shall be deducted from the bills payable to the contractors
as per the prevailing tariff indicated in the electricity bills. Taxes and duties on such recoveries
would be chargeable separately by IOCL. The successful contractor shall make all arrangements
to draw power from a single point in the Terminal as per directions at site including all
necessary electrical cables, panel boards, energy meters etc. In such an event, the Corporation
shall not be responsible for any power outages occurring during the contract period.
However, the Bidders may note that there is no commitment on part of the Corporation to
provide electrical power at site.
and produce the same to IOCL. In this connection, Bidders shall abide by all the conditions of
Appendix I and Appendix II enclosed with the GCC. The Principal Employer certificate shall be
given on written request from contractor by IOCL.
25.2 Minimum Wages: The Contractor, his executors and administrators (and in the case of a
Limited Company, its successors and assigns) shall hold the company harmless and indemnified
from and against all claims, costs and charges, for which the company shall be liable under the
Minimum Wages Act, 1948, the Contract Labour (Regulation and Abolition) Act, 1970 and any
amendments or modifications thereof, and all expenses it shall be put there under through the
acts or omissions whether willful or not on the part of the contractor. This indemnity shall be
in addition to and not in lieu of, any indemnity to which the company shall be entitled in law.
25.3 Employees State Insurance: This contractor hereby admits that he is fully aware of his
responsibilities under the Employees State Insurance Act, 1948, as an immediate employer of
the employees engaged by him for the execution of this contract which he agrees to discharge.
The Contractor acknowledge the statutory right of the company (as a principle Employer) to
recover the amount of the contributions, paid by it in the first instance in respect of the
employees employed by or through him (the Contractor), as well as the employee’s
contribution, if any, either by deduction from any amount payable to him by the company
under any contract or as debt payable by him to the company.
25.4 Any other as applicable.
26.0 PF regulations:The Bidders shall indicate his/ their PF code number in the Statement of
Credentials enclosed with the tender along with PF registration certificate failing which the
tender shall be liable to be rejected. The successful Bidders shall abide by all the
requirements and submit copies of all registers/ returns etc filed by them before the
Corporation releases final dues.
As per statutory regulations, necessary exemption certificate/gazette notification to be
provided, if the above is not applicable.
27.0 Force Majeure: The Term Force Majeure, as employed in this contract, shall mean wars
(declared or undeclared) or revolutions, civilwars, riot, terrorism, typhoon /tempest,
transporter’s strikes affecting the country as a whole, freight embargos, quarantine
restrictions, tidal waves, major floods, earthquakes, epidemics, and fire explosion
/implosion, storm, other natural calamities affecting the project location i.e. Project Site
and strike /lock out at contractor’s place or Project Site.
28.0 Statutory approvals: Vendor is required to obtain all the requisite approvals from statutory
bodies’ viz CMRI, Legal Metrology, CCOE (PESO),ATEX,API,EXIDA,TUV etc as applicable as per
tender scope/terms/conditions/specifications/datasheet and as applicable during award of
contract; wherever required at no extra cost to IOCL. TAS vendor need to submit PESO
certificate for all instrument, Junction boxes, electrical equipment supplied by them that
are installed in licensed area in order to enable IOC to get PESO license for their installation.
This includes necessary support to IOC to brief / explain CCOE about the automation system.
29.0 The vendor shall execute the work in compliance with the requirements of the relevant
regulation or acts in force in the area together with design specification with respect to:
i. Indian electricity rules
ii. Indian factories act
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 68
SPECIAL TERMS AND CONDITIONS OF CONTRACT
30.0 INSPECTION
30.1 The vendor shall ensure that the manufacturer carries out adequate and all the necessary tests
for each equipment for compliance with the specifications as well as overall operational
performance/accuracy, without any additional financial implication to IOCL. Also, any tests
either on the field or at outside laboratories concerning the execution of the work shall be
carried out by the vendor at his own cost. Vendor should forward the certified copies of works
test reports for the same to the IOCL.
30.2 Vendor is required to submit its Quality Assurance Plan (Q.A.P.) to be observed during
execution of work for IOCL’s information.
30.3 Batch Accuracy test is to be carried out at vendor's works or in a recognised flow laboratory
with appropriate set up, at least for one complete set of metering assembly mounted on skid
as per skid details mentioned in the tender document and to be witnessed by IOCL. Other than
Batch Accuracy Test, other inspection and testing are to be carried out for this metering skid
as per respective tender clauses. The satisfactory result of such tests shall not absolve the
vendor for his contractual responsibilities of establishing and demonstrating field performance
of the equipments as per the tender requirements.
30.4 Master meter shall be calibrated at FCRI Palakkad before supply to site. Subsequent checking
at site for stamping by Legal Metrology shall be through Master Meter/ prover tank, as the case
may be. Automation vendor to note that the cost of testing at FCRI Palakkad shall be included
as part of the rates to be quoted in the tender.
30.5 IOCL has discretion to engage third party inspection agency for inspection of all items for
terminal automation system, although it's not mandatory as because the onus of supplying the
best quality equipments and maintaining the equipments in the most efficient manner with
intended zero downtime remains with the vendor only, and any kind of inspection by IOCL or
IOCL appointed agency shall not absolve vendor from its' responsibility.
30.6 In case of imported meters, the master meter shall be calibrated at FCRI Palakkad at vendor’s
cost. Notwithstanding any inspection carried out by IOCL or its representative, the
Vendor/manufacturer shall carry out its own tests to ensure consistent performance.
Automation vendor to note that the cost of testing at FCRI Palakkad shall be included as part
of the rates to be quoted in the tender.
For all measurement equipments, model approval of legal metrology should be available in
line with Legal Metrology Act 2009 or any revisions thereafter.
30.7 For the purpose of maintenance of automation equipments used for any measurement and
coming under the purview of Legal Metrology Act 2009 or any revisions thereafter, vendor
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 69
SPECIAL TERMS AND CONDITIONS OF CONTRACT
should comply to the necessary obligation as per the law for the purpose of all kinds of repair
and maintenance work.
30.8 In case, any of the tank gauging equipment requires on-site stamping by dept of legal
metrology, the stamping fees will be paid by IOCL, necessary calibration and all technical and
operational assistances shall be in vendor’s scope.
30.9 All the meters, batch controllers and tank gauging equipments should have the relevant OIML
approvals and Legal Metrology approvals besides PESO approvals and required IP level.
Vendor engineering and service personnel organization chart including set up for this
1.1
project
1.2 Training facilities at work
1.3 Descriptive catalogue / literature
Typical System architecture
● Terminal automation system
● IP based CCTV surveillance system
● Tank Farm management system
● ROSOV/DBBV/PLUG VALVE/BALL VALVE with actuators/MOV communication system
1.4 ● Distributed Control System (DCS)
● Safety PLC
● Access control system
● Fire alarm system
● Plant Communication System
● IP based EPABX system
1.5 Functional Design Specification
1.6 Progress report
2.0 ENGINEERING DOCUMENTS
2.1 System Architecture
2.2 Detailed list of components
2.3 Individual data sheet
2.4 Power Requirement – KVA
2.5 Heat dissipation – Kcal /H
2.6 Individual G.A. Drawing, Piping drawing for installation
a) Flow metering system for TT loading/unloading
b) Prover system
c) PT, DPT, turbine meter, Magnetic flow meter, Single & Multipoint Density Probe
d) Additive injection system
e) Blue dye dosing system
f) Radar level gauge. Multipoint temp. sensor
g) Control room layout
2.7 Structural installation and isometrics for 4”/3”/2”piping, valves, loading arms, Mass
Flow meters, strainer Air eliminator, other meters/instruments/DCV etc
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 70
SPECIAL TERMS AND CONDITIONS OF CONTRACT
2.8 Drawings for structural support of Radar Gauges, over fill device, PT, TT,
MFM/PD/Turbine/any other Improved version of meters, DCV, Loading arm, valves,
Junction boxes, Batch controllers, RIT, Exproof card readers, Blue dye dosing system,
Camera, bay queue display boards, associated PA system.
2.9 SYSTEM/ PLC / DCS CABINETS
a. Arrangement of modules, make model
b. Structure, dimension, construction, etc.
3.0 AUXILIARY CABINETS
3.1 Arrangement of modules
3.2 Structure, dimension, construction etc.
3.3 Electrical power supply distribution
Diagram, Distribution diagram for UPS power supply System
3.4 System drawing (loop diagrams, reports)
3.5 Wiring diagram
3.6 Terminal strip diagram
3.7 Interconnection diagram
3.8 Cable route, cable schedule, cable termination schedules for power, signal , LAN, FO
cable, Junction box details & cable trays
3.9 Loop diagram
a. for MOVs,
b. Batch Controller
c. Card reader
d. Access control system
e. Radar based Tank gauging system
f. CCTV
3.8 Functional flow diagram for Ethanol Blending system, Additive injection system, Blue
Dye dosing system
3.9 Tank Farm ROSOV/DBBV/PLUG VALVE/BALL VALVE with actuators/MOV operating
logics
Product pumps operation logic
Pipeline product receipt tank line up logics
Functional Design Specification for entire Terminal Automation System
3.10 Earthing System
3.11 Diagnostic software details
3.12 As built drawing
4.0 SPARE PARTS
4.1 Drawings / document
4.2 Commissioning spares
4.3 Comprehensive AMC spares
5.0 CERTIFICATES
5.1 Authority approval for Ex-Proof, IS, IP-65/ Improved version of Ingress Protection
enclosure
5.2 Vendor’s guarantee /warranty
5.3 Software Licensee
5.4 W&M Certificate
5.5 CMRI/ Equivalent & PESO(CCOE) Certificate
6.0 INSPECTION AND TEST
6.1 Inspection and test report from Vendor’s quality control department
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 71
SPECIAL TERMS AND CONDITIONS OF CONTRACT
NOTE :
➢ The above documents are indicative and as applicable considering scope of
equipments/material delivery under the Contract. However, the above documents cover the
minimum requirements and shall be supplemented with other requirements listed in the
specifications, if any. Any other documents required to understand and maintain the system,
as felt necessary till handing over of the project, shall be supplied by the vendor.
➢ All the as built drawing to be provided.
➢ Softcopies of the above to be provided.
➢ All these documents have to be handed over to the Location in-charge under proper receipt
in soft form in an external storage device (Hard disk/ Pen drive) over and above the hard
copies.
32.0 Notwithstanding the sub divisions of the tender document into several sections and volumes,
every part of each shall be deemed to be supplementary of every other part and shall be
read with and into the contract so far as it may be practicable to do so.
34.0 On Account Payments: On Account Bills shall be paid for the work done, measured and
certified.
35.0 Price Adjustment For Delay In Completion: If the vendor fails on the performance of the
contract within stipulated time period for reasons attributable to vendors, the Corporation
shall be entitled to recover and the vendor agrees to pay to the Corporation as and by way
of price adjustment for delay in completion .
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 72
SPECIAL TERMS AND CONDITIONS OF CONTRACT
35.1 The contractual price payable shall be subject to adjustment by way of discount @ ½ % of
CAPEX cost per week of delay up to a maximum of 10% of CAPEX Cost as mentioned in the
prevailing GCC clause no. 4.4.0.0, if the works are not completed till SAT and its acceptance
as per completion schedule as described in clause no 4.0 of Special Terms and Conditions of
Contract.
35.2 However, in partial modification of clause no 4.4.0.0. of GCC wrt the subject matter, the
“Mechanical Completion” milestone as referred in GCC clause no 4.4.2.0 , 5.5.2.0 shall be
referred as “SAT of the units followed by 30 days hassle free trial run”. Also, the above
price adjustment for delay in completion shall be deducted at applicable percentage from RA
bills, on cumulative value of works done up to the concerned Running Account (RA) bill.
However, in cases of abandonment of site/termination, price adjustment for delay shall be
applied in line with GCC clause 7.0.9.0 on the total Contract Value as specified in the
Acceptance of Tender.
35.3 Such price adjustment applicable in line with the above shall be done by the vendor in the Tax
invoice itself, and then only the same has to be submitted to IOCL as per payment terms.
38.1 Entire package will be executed along with execution of other parallel jobs at the same area.
Therefore understanding scope of execution in various phases is an important essence of this
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 73
SPECIAL TERMS AND CONDITIONS OF CONTRACT
contract. Moreover, the job is required to be executed in close co-ordination with other
agencies so that smooth execution of various jobs at the construction area can be ensured.
42.5 Preparing approaches and working area for movement and operation of the cranes, levelling
the areas for assembly and erection shall also be the responsibility of the Contractor. The
Contractor shall acquaint himself with access availability, facilities such as railway siding, local
labour etc. to provide suitable allowances in his quotation. The Contractor, at his own cost,
may have to build temporary access roads to aid his own work which shall also be taken care
while quoting for the work.
42.6 The procurement and supply in sequence and at the appropriate time of all materials &
consumables shall be entirely the Contractor’s responsibility. Rates for execution of work will
be inclusive of supply of all these items.
42.7 No covered space shall be provided by IOCL for stacking /storage of Vendors materials, Vendor
has to make their own arrangement for storage.
42.8 Vendor is fully responsible for the equipment/material issued by IOCL for execution of work.
In case these are mishandled or lost, the vendor has to arrange the same entirely at his own
cost to the satisfaction of the site engineer.
42.9 Acceptance of facility/ facilities by the Corporation does not constitute final completion of
the contract. The contract shall be deemed to be executed in full and final measurement shall
be certified only when the vendor has fully discharged all his obligations in terms of all the
contract documents.
42.10 All the associated materials/equipments supply and installation, commissioning works in
connection with schedule of works (SOW) with billable items given in the SOW , which are not
explicitly mentioned in the SOW or in the techno-commercial bid but are essential for the
successful commissioning and completion of the project and efficient operation/maintenance
of the system, are in vendor's scope. Unless vendor raises any specific query wrt any specific
item/s in this regard during Pre Bid meeting itself and get him clarified with IOCL response,
the above will be presumed to have understood by the vendor in its content and spirit.
42.11 Any material (Indigenous or outsourced) supplied by the vendor at any point of time during
contract execution, warranty or CAMC period is found deviating from
makes/brands/specifications or relevant codes/ standards during the entire contractual period
till culmination of CAMC contract, suitable commercial deductions shall be imposed on the
vendor in line with Corporation policy and other provisions of the contract not withstanding
other legal rights and remedies available with IOCL as per contract agreement.
43.0 SAFETY:
43.1 Since works have to be carried out in petroleum storage and distribution establishment, the
contractor should ensure that day to day operations, safety and security of the location are
not affected in any way on account of the works being carried out. In case of any damage to
our properties due to the negligence on the part of the contractor or their workmen, the
contractor will be held responsible and liquidated damages as assessed by the corporation
would be recovered from them.
43.2 When hot works are involved, the following safety precautions have to be strictly observed
before commencement of works.
43.2.1 All hot works operations should be carried out under the supervision of IOCL representative
and also under the supervision of responsible representative of the contractor.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 75
SPECIAL TERMS AND CONDITIONS OF CONTRACT
43.2.2 All hot work operations should be undertaken only after issue of hot work permits by the
location in charge on day to day basis.
43.2.3 It should be ensured that the tanks, pipes, containers where the hot work is required are
Hydrocarbon Vapour freed and properly checked to this effect with explosive meters.
43.2.4 It should be ensured that the surrounding area is free from oil, rags, oil spillage and other
sources of ignition and the area is cleaned/ sprinkled with sand or dry earth. It should also
be ensured that metallic trays filled with DCP powder are kept for collecting the welding
arc/ hot metal cutting.
43.2.5 Hot work should commence only after positioning the portable fire extinguishers and sand/
dry powder in readiness at site and hydrant system made available at the nearest point.
43.2.6 Match boxes, lighters etc used for hot work should be kept in the custody of the supervisor
only.
43.2.7 If hot work has to be carried out in a place close to storage tanks or any other facility under
operation, it is necessary to provide fire screen wall to segregate the area to prevent sparks
traveling to the hazardous area.
43.2.8 All equipments / fittings / machineries / lifting tools & tackles required to be used by the
contractor during the job execution of various job vide this contract shall be conforming to
the safety norms prevailing at the location. All JBs/light fittings required to be used near
hazardous area by the contractor shall be FLP type with a valid test certificate. Use of
suitable capacity armoured cable without joint with valid megar test report, fitness
certificate for welding transformers, guard for grinding wheels etc. are also required to be
ensured.
43.2.9 It should be ensured that no workmen carry match boxes or any other source of ignition with
them while entering the premises or inside the premises. After the hot work operation of the
day, the following precaution should be taken.
➢ Welding sets should be switched off and power mains disconnected. If the connection is taken
from a temporary switch board the fuse carriers should be removed and handed over to the
supervisor.
➢ Gas cylinder and the cutting sets should be properly closed and the equipment removed to a
safe place.
➢ The site of work should be examined to ensure that it is free from hot splatters and any other
source of ignition.
44.3 Any casualty or damage caused to property or person by any untoward incidents while
executing this contract will be at the contractor’s risk and cost.
44.4 The successful tenderer shall be responsible for observance of all conditions as per Appendix
III furnished along with GCC with regard to safety.
44.5 During excavation of earth, party should be equipped with FLP pump/motor to bail out water
as per direction of site in charge.
➢ Clause 4.5.1.1 – In partial modification of the clause, LOA and SAP PO shall be
synonymous.
46.1.1 Violation of applicable safety, health and environment related norm, a penalty of
Rs 5000/- per occasion plus GST at prevailing rate.
➢ Any physical injury, a penalty of 0.5% of the contract value (max. of Rs 2 lacs) plus
GST at prevailing rate per injury in addition to Rs5000/- plus GST at prevailing rate
as mentioned above.
➢ Fatal accident, a penalty of 1% of the contract value (max. of Rs 10 lacs) plus GST
at prevailing rate per fatality in addition to Rs 5000/- plus GST at prevailing rate as
mentioned above.
46.2 In case sub contractors are engaged by the successful tenderer with prior permission from
IOCL on award of works, it will be mandatory on part of the main contractor to furnish a NO
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 77
SPECIAL TERMS AND CONDITIONS OF CONTRACT
DUEUNDERTAKING from the sub contractor (on their letter heads) to IOCL before final
payments are cleared by the Corporation.
48.0 Vendor is advised to submit construction execution plan for completion of the works as per
completion time indicated in the tender during kick off meeting. Site organization chart for
works proposed shall also be submitted.
49.0 At all places in the GCC enclosed with the tender document, OWNER shall mean
INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION, HEAD OFFICE, with its office at
G-9, Ali Yavar Jung Marg, Bandra (East) - 400051 The court of jurisdiction for all matters
under the tender shall be at Mumbai.
50.0 The successful bidder (L1) shall be required to present their original documents (pertaining
to PQC) to the tender inviting authority through their authorized representative within a
period of 7 days from the date of opening of price bids or date of intimation as specified in
Tender. Only documents against pre-qualification criteria shall be verified with originals.
In case any original document is preserved outside India and the bidder is unable to produce
the originals for verification, certification of such documents from concerned embassy/
Consulate should be submitted within a period of 7 days from the date of opening of price bids
or date of intimation as specified in Tender.
51.0 In the event of failure of the bidder to get the documents verified as per the specified time
schedule, the EMD of the party shall be forfeited.
52.0 In case it is observed that the L1 party has submitted forged documents, besides cancellation
of Tender, necessary action for Holiday listing of the party in line with guidelines shall be
carried out including forfeiture of EMD.
Submission of duly signed Integrity Pact agreement, along with Tender is a mandatory
prerequisite for Bids to be eligible for further evaluation. The Integrity Pact Agreement consists
of (1) Covering letter from the bidder to IOCL and (2) Integrity Agreement consisting of 10
(Ten) articles. Bidders should mandatorily sign and submit the complete Integrity Pact
Agreement consisting of both the Covering letter as well as the Integrity Agreement consisting
of 10 articles in order to be eligible for further evaluation in this tender. The signed IP should
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 78
SPECIAL TERMS AND CONDITIONS OF CONTRACT
be complete in all respect and is required to be uploaded in the e-tender portal along with the
Bid. Bid not having the duly signed IP agreement attached with it will be given one opportunity
before summarily rejected. Partial submission of IP document will also not be considered
54.0 In case the contractor fails to adhere to the time limit specified above or if the rate of
progress is considered not satisfactory, the Corporation will be at liberty to terminate the
contract and get the same executed by any other agency entirely at the cost and risk of the
original contractor and in line with provisions available under the GCC.
55.0 Training:
The vendor shall undertake to train officers / staff nominated from IOCL concerned State
Office/Head Office in following areas in two phases so as to make the participants fully familiar
with the system and its operation. Organising and conducting such initial trainings program in
following two phases needs to be done by the vendor in the location.
55.1 Phase 1: Induction Training-Prior to Commencement of Pre SAT Trial Run
i. System Operation details
ii. Operational aspects of the application software and major sub systems
iii. Basic understanding of the checkpoints for TAS wrt various performance parameters
55.2 Phase 2: During handing over of the System after successful completion of SAT:
i. Operational & maintenance of individual equipment & overall system
ii. Dos and Don’ts
iii. Trouble Shooting
iv. General design & system Engineering.
v. Operating system software, application software, GUI
vi. Computer system hardware used.
vii. Design criterion, specification, testing, functional aspects, Safety aspects & installation
of all other control room mounted & field mounted equipment.
The above training shall be conducted at the site for duration of 3 days at a time in two
different phases. The first training i.e., “Induction training” shall be held before starting the
Trial/Observation period/SAT,so that effective participation takes place during the aforesaid
period. The next training should take place before handing over of the system to IOCL by the
vendor. While all the participants shall be issued Training certificate by the vendor , based on
performance in quiz/written test/viva/hands on test taken by the vendor just after the second
training, 3 best performing candidates would be shortlisted and be issued certificate of
commendation/merit by the vendor and IOCL. These 3 candidates would be eligible for
advanced training at HO/vendor’ works etc.
The TT crews are to be familiarized with the operation of the TLF equipments for which IOCL
shall organize the programme and the vendor shall demonstrate the operation on a suitable
pre-fixed date at the time of commissioning of the system.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 79
SPECIAL TERMS AND CONDITIONS OF CONTRACT
57.1 The Confidentiality clause shall be applicable from the commencement of Works pertaining to
a Contract till expiry of Comprehensive Annual Maintenance Contract (CAMC) period for all
documentation pertaining to the Contract.
57.2 After the expiry of CAMC period, Contractor should submit a Non Disclosure undertaking for
not divulging the specific document details as advised by and marked by IOCL. In case of a
demand by an authorized statutory/Legal/Govt institution to the vendor about sharing some
information covered under Confidentiality clause / Non Disclosure undertaking, vendor shall
seek IOCL’s permission / views regarding the same and shall be guided accordingly.
(i) Resulting from any act, omission or negligence of the CONTRACTOR or any other Person
claiming through or under it, including CONTRACTORs, and their respective employees,
agents, sub-contractors and representatives.
(ii) In connection with, arising out of, or resulting from any breach of warranty, material
misrepresentation by the CONTRACTOR or any other Person claiming through or under
it, or non-performance of any term, condition, covenant or obligation to be performed
by the CONTRACTOR under this Contract.
(b) The CONTRACTOR shall also be liable for any loss or damage which occurs as a result
of any act, event, omission, negligence or default (including but not limited to
property circumstances, quality of materials used, workmanship, structural, design or
other defects, latent or patent, non-compliance with building bye laws, other
Applicable Laws, regulatory requirements of Competent Authorities, Specifications
and Standards, Performance Standards, terms and conditions of clearances and / or
approvals or any other matter) for which the CONTRACTOR is liable or which is
attributable to the CONTRACTOR and, in turn, the Persons claiming through or under
the CONTRACTOR.
(c) The CONTRACTOR shall be fully and solely liable for all works, contracts, dealings and
activities in relation to the development, design, financing, construction, Operation
& Maintenance and implementation of the Project / Project Facilities, as the case
may be.
58.2 Indemnification by CONTRACTOR
(a) Without prejudice to and in addition to the indemnification provisions elsewhere in
this Contract, the CONTRACTOR agrees to indemnify and hold harmless OWNER and
its shareholders, managers, officers, directors, employees and advisors (each a
“OWNER Indemnified Party”) promptly upon demand at any time and from time to
time, from and against any and all losses (excluding consequential losses), claims,
damages, liabilities, costs, penalties, litigation, proceedings (including reasonable
attorneys' fees and disbursements) and expenses of any nature whatsoever
(collectively, “Losses”) to which OWNER Indemnified Party may become subject, in so
far as such Losses directly arise out of, in any way relate to, or result from
(i) any mis-statement or any breach of any representation or warranty made by
CONTRACTOR or
(ii) the failure by CONTRACTOR to fulfil any agreement, covenant or condition contained in
this Contract, including without limitation the breach of any terms and conditions of this
Contract by any employee or agent of the CONTRACTOR or Person claiming through or
under the CONTRACTOR or
(iii) any claim or proceeding by any Third Party against OWNER arising out of any act, deed
or omission by the CONTRACTOR and / or persons claiming through or under the
CONTRACTOR or
(iv) design, engineering, construction, procurement, Operation & Maintenance of the Project
Facilities.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 81
SPECIAL TERMS AND CONDITIONS OF CONTRACT
For the avoidance of doubt, indemnification of losses pursuant to this Clause shall be made
in an amount or amounts sufficient to restore OWNER Indemnified Party to the financial
position it would have been in, had the losses not occurred.
58.4.1 OWNER shall fully indemnify, defend and hold harmless CONTRACTOR, any direct or indirect
parent corporation or shareholder thereof and its and their respective officers and
employees, against any and all claims made and losses incurred by any third party or
Regulatory Entity which arises out of any breach on the part of OWNER.
58.4.2 OWNER will, indemnify, defend and hold harmless the CONTRACTOR against any and all
proceedings, actions, third party claims for loss, damage and expense of whatever kind and
nature arising out of defect in title and/or the rights of OWNER in the land comprised in the
Site adversely affecting the performance of the CONTRACTOR’s obligations under the
Contract and/or arising out of acts done in discharge of their lawful functions by OWNER
Indemnified Party including OWNER Events of Default except to the extent that any such
claim has arisen due to a negligent act or omission, breach of contract or breach of statutory
duty on the part of the CONTRACTOR, its Subsidiaries, affiliates, contractors, servants or
agents including due to CONTRACTOR Event of Default.
58.4.3 The aggregate liability of OWNER to the CONTRACTOR (whether based on contract or that
including negligence and strict or absolute liability) arising out of or under this Contract shall
not exceed 100% of the contract value provided that no such limit shall apply in respect of
(i) Any loss resulting from fraud, intentional or wilful misconduct or illegal or unlawful acts or
omissions of OWNER or any of its officers, directors, employees, servants or agents, or
(ii) Any Liability on the part of OWNER which becomes payable under the Contract.
58.5 Payment pursuant to Indemnification
58.5.1 Any payment made under this Contract pursuant to an indemnity or claim for breach of any
provision of this Contract shall be net of applicable Taxes. For removal of doubts it is clarified
that all the payments pursuant to an indemnity or claim for breach of any provisions of this
Contract shall be borne and paid by the Defaulting Party.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 83
SPECIAL TERMS AND CONDITIONS OF CONTRACT
58.6.1 In the event that either Party receives a claim from a Third Party in respect of which it is
entitled to the benefit of an indemnity under this Clause 1 (the `Indemnified Party’) it shall
notify the other Party (“Defaulting Party”) within 14 (fourteen) days of receipt of the claim
and shall not settle or pay the claim without the prior approval of the Defaulting Party, such
approval not to be unreasonably withheld or delayed. In the event that the Defaulting Party
wishes to contest or dispute the claim it may conduct the proceedings in the name of the
Indemnified Party provided that the Indemnified Party is secured against any costs involved
to its reasonable satisfaction.
58.6.2 The Indemnified Party shall have the right, but not the obligation, to contest, defend and
litigate any claim, action, suit or proceeding by any Third Party alleged or asserted against
such party in respect of, resulting from, related to or arising out of any matter for which it
is entitled to be indemnified hereunder and their reasonable costs and expenses shall be
indemnified by the Defaulting Party. If the Defaulting Party acknowledges in writing its
obligation to indemnify the person indemnified in respect of loss to the full extent provided
by this Clause 1, the Indemnifying Party shall be entitled, at its option, to assume and control
the defence of such claim, action, suit or proceeding liabilities, payments and obligations at
its expense and through counsel of its choice provided it gives prompt notice of its intention
to do so to the Indemnified Party and reimburses the Indemnified Party for the reasonable
cost and expenses incurred by the Indemnified Party prior to the assumption by the Defaulting
Party of such defence. The Defaulting Party shall not be entitled to settle or compromise any
claim, action, suit or proceeding without the prior written consent of the Indemnified Party
unless the Defaulting Party provides such security to the Indemnified Party as shall be
reasonably required by the Indemnified Party to secure, the loss to be indemnified hereunder
to the extent so compromised or settled.
58.6.3 If the Defaulting Party has exercised its rights under Article 1.6.2, the Indemnified Party shall
not be entitled to settle or compromise any claim, action, suit or proceeding without the
prior written consent of the Defaulting Party (which consent shall not be unreasonably
withheld or delayed).
58.6.4 If the Defaulting Party exercises its rights under Article 1.6.2 then the Indemnified Party shall
nevertheless have the right to employ its own counsel and such counsel may participate in
such action, but the fees and expenses of such counsel shall be at the expense of such
Indemnified Party, when and as incurred, unless:
(i) the employment of counsel by such party has been authorised in writing by the Defaulting
Party; or
(ii) the Indemnified Party shall have reasonably concluded that there may be a conflict of interest
between the Defaulting Party and the Indemnified Party in the conduct of the defence of
such action; or
(iii) the Defaulting Party shall not in fact have employed independent counsel reasonably
satisfactory to the Indemnified Party to assume the defence of such action and shall have
been so notified by the Indemnified Party; or
(iv) the Indemnified Party shall have reasonably concluded and specifically notified the
Defaulting Party either:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 84
SPECIAL TERMS AND CONDITIONS OF CONTRACT
(v) that there may be specific defences available to it which are different from or additional to
those available to the Indemnifying Party; or
(vi) that such claim, action, suit or proceeding involves or could have a material adverse effect
upon it beyond the scope of the Contract; provided that if clauses (ii), (iii) or (iv) shall be
applicable, counsel for the Indemnified Party shall have the right to direct the defence of
such claim, action, suit or proceeding on behalf of the Indemnified Party and the reasonable
fees and disbursements of such counsel shall constitute legal or other expenses hereunder.
58.7 Consequential Losses
Notwithstanding anything to the contrary contained in this Contract, the indemnities herein
provided shall not include any claim or recovery in respect of consequential nature except as
expressly provided in this Contract.
59.0 The purpose of putting a Party on holiday list is to protect the Corporation from dealing with
an undesirable party. Party may be put on holiday list due to any one or more of the following:
If a Party
59.1 Has indulged in malpractices such as bribery, corruption, fraud and pilferage,bid rigging, price
rigging
59.2 Is bankrupt or insolvent or is being dissolved or has resolved to be wound up or proceedings for
winding up or dissolution have been instituted.
59.3 Has submitted fake, false or forged documents/ certificates.
59.4 Has substituted materials in lieu of materials supplied by IOCL or has not returned or has short
returned or has unauthorisedly disposed off materials/ documents/ drawings/ tools or plants
or equipment supplied by IOCL.
59.5 Has obtained official company information or copies of documents, in relation to the tender/
contract, by questionable methods/ means.
59.6 Has deliberately violated and circumvented the provisions of labour laws/ regulations/ rules,
safety norms or other statutory requirements.
59.7 Has deliberately indulged in construction and erection of defective works or supply of defective
materials.
59.8 Has not cleared IOCL’s previous dues.
59.9 Has committed breach of Contract or has failed to perform a contract or has abandoned the
contract.
59.10 Has refused to accept Fax of Acceptance/ Letter of Acceptance/Purchase Order/ Work Order
after the same is issued by IOCL within the validity period and as per agreed terms and
conditions.
59.11 After opening of Price Bid, on becoming L1, withdraws/ revises his bid upwards within the
validity period.
59.12 Has parted with, leaked or provided confidential/ proprietary information of IOCL given to the
party only for his use (in discharge of his obligations against an order) to any third party without
prior consent of IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 85
SPECIAL TERMS AND CONDITIONS OF CONTRACT
59.13 Any other ground for which in the opinion of the Corporation makes it undesirable to deal with
the party including the followings:
59.13.1 If the security consideration, including questions of loyalty of the party to the state so
warrants
59.13.2 If the Director/ Owner of the party, proprietor or any partner of the party is convicted by a
Court of Law under normal process of law for offences involving moral turpitude in relation
to its business dealings during last 5 years.
Moral turpitude means to be a conduct contrary to justice, honesty, modesty or good
morals and contrary to what a man owes to a fellowman or to society in general.
59.13.3 If the party uses intimidation/ threatening or brings undue outside pressure on IOCL or its
official in acceptance/ performances of the job under the contract.
59.13.5 Transgression of Integrity Pact for which in the opinion of IOCL makes it undesirable to deal
with the party.
59.13.6 Based on the findings of the investigation report of any investigative agency, Government
Audit, any law enforcement agency or Government regulator against the party for malafide/
unlawful acts or improper conduct on his part in matters relating to IOCL or even otherwise.
60.0 In the event conciliation fails, it is agreed between the parties that there will not be any
arbitration between the parties and the parties will approach the Competent Court in city
where IOCL's State Office/Head Office, which issued the contract agreement is located, alone
shall have jurisdiction to entertain any application or other proceedings in respect of any
dispute arising under this contract.
61.0 The content of this chapter named “Special Terms and Conditions of Contract” needs to be
read in conjunction with the General Conditions of Contract, Price schedule annexed to
Letter of Acceptance, Formal Contract, Acceptance of Tender, any variation or amendment
issued after the execution of the formal contract, Pre bid MoMs/Agreed variations annexed
to the Letter of Acceptance, Addenda to the Tender documents, Special Instructions /
Instructions to Bidders. Where any portion of the GCC/any other section of tender, is
repugnant to or at variance with any provision of the SCC, then the provision of the SCC and
NIT shall be deemed to override the provisions of the GCC and shall, to the extent of such
repugnance or variations, prevail.
62.0 Buy back of old Automation equipments at Book Value by TAS Vendor for existing Brownfield
location:
All old equipment(s) proposed to be replaced have to be compulsorily bought back by the
incumbent/successful vendor at book value (WDV) derived as per Company Act 2013 plus GST
at prevailing rate. WDV of the equipment(s) to be bought back is ………………………………………… as
per the list attached (State office shall give WDV amount as per the preceding quarter ending
from the month of tender release). It is obligatory on the part of the vendor to clear the work
site of all old equipment no sooner old equipments have been replaced by the new one.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 86
SPECIAL TERMS AND CONDITIONS OF CONTRACT
63.0 Mobilization Advance: In partial modification of Clause 6.4.5.0 of GCC, the CONTRACTOR
may (if specified by him in his bid and accepted by the OWNER) be allowed a Mobilization
advance/advance for an amount equivalent to up to 10% (Ten per cent) of the Total Contract
Value (CAPEX amount) excluding Tax component. Such advance shall be released in 2
installments as per the following :
✔ Mobilization advance up to 5 % of the Total Contract value (CAPEX amount) excluding Tax
component
The payment of Mobilization Advance / advance shall be subject to the fulfilment of the
following conditions:
a) The CONTRACTOR shall have signed and sent back a copy (or copies if so required) of the
Acceptance of Tender issued by the OWNER in token of unqualified acceptance thereof.
b) The CONTRACTOR shall have furnished the Initial Security Deposit as stipulated in Clause
2.1.1.0 of GCC and associated clauses hereof.
c) The CONTRACTOR shall have executed the formal contract in terms of the Form of
Contract.
d) The contractor shall have made a formal application for the release of the Mobilization
Advance /Advance and shall have furnished a Bank Guarantee of an amount equivalent to
110% of the Advance from a Bank in a format approved by the OWNER.
e) The outstanding balance of the Mobilization Advance / Advance shall carry interest at 1%
(one percent) above the State Bank of India declared rate of cash credit advances
prevailing on the date of opening of price bids.
f) Without prejudice to any other mode of recovery available to the OWNER, the Mobilization
advance /Advance, together with interest thereon calculated on the reducing balance,
shall be recovered at the rate of 10% (ten percent) of the gross certified amount of each
Running Account Bill, till the advance, together with the interest accrued thereon, is
recovered in full. The unrecovered balance if any, and interest may be recovered from
the Final Bill of the CONTRACTOR and/or from any other amount due to the CONTRACTOR
under any other contract or otherwise.
g) (i) If the OWNER is satisfied that 25% (twenty five per cent) of the Mobilization Advance /
Advance and interest accrued till then on the Mobilization Advance has been repaid to or
recovered by the OWNER, the OWNER may on the application of the CONTRACTOR, if the
Bank Guarantee submitted by the CONTRACTOR covers and secures only the Mobilization
Advance / Advance, permit the CONTRACTOR to substitute the Bank Guarantee by a Bank
Guarantee acceptable to OWNER for an amount reduced by 25% (twenty five per cent).
(ii) The provisions of paragraph (i) hereof above, shall mutatis mutandis apply to the
OWNER’s satisfaction that the CONTRACTOR has repaid 50% (fifty per cent) and/or 75%
(seventy five per cent), as the case may be, of the Mobilization Advance/ advance, and
interest accrued till then on the Mobilization Advance / Advance.
h) All other conditions stipulated in Clause 2.1.2.0 of GCC hereof shall be applicable to the
advance(s).
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 87
CONTRACTOR PERFORMANCE EVALUATION
1.0 GENERAL
A system for evaluation of Contractors’ Performance is a key process and important to support
an effective Contracting and Project execution function of an organization.
2.0 RECOMMENDATION
The purpose of the proposed guideline is to put in place a system to monitor performance of
Contractors associated with the subject tender/works so as to support the contracting and
project management function in a manner to make it more effective and ensure timely
completion of various projects. Contractor’s Performance Evaluation Methodology is an
integral part of this tender and the job to be awarded.
3.0 METHODOLOGY
3.1 Standard Format for TAS Contractor’s Performance Review Worksheet (enclosed) shall be used
for evaluating Contractors’ Performance.
3.2 The performance evaluation of the Contractor shall be done (a) by the Site Engineer/ Site-in-
charge (at Site/SO) and the same shall be reviewed by SEH at State level (for SO based
projects) and (b) by the Site Engineer/Site in Charge at site/HO and the same shall be
reviewed by minimum DGM ranked officer at HO (for Greenfield projects). The Contractor
performance shall be rated based on the marks obtained as per Format.
3.3 Based on the performance rating obtained by the contractor, show cause notice shall be given
to the contractors having fair or unsatisfactory rating to represent his / their case by Site
Engineer/Site in Charge
3.4 After considering the representation from the Contractor, the performance rating of the
Contractor shall be finalized after due moderations (if applicable) with justifications.
3.5 Based on the Final Performance Rating of the Contractor, applicable actions as prescribed in
these guidelines shall be taken.
3.6 The guidelines shall be reviewed after 2 years.
4.0 EXCLUSIONS
None
TAS jobs with Order value for Capex less than 10 Crores , performance evaluation shall be done
in two stages (Sl no i and iiii given below).
5.2.1 Stages:
i) First performance evaluation shall be done at 50% schedule timeline stage, with
adjustment for the delays not attributable to the contractor considering actual
achievement vs scheduled achievement at this timeline.
ii) Second performance evaluation shall be done at 100% schedule timeline stage, with
adjustment for the delays not attributable to the contractor considering actual
achievement vs scheduled achievement at this timeline.
iii) Last and Final performance evaluation shall be done after job completion, with
adjustment for the delays not attributable to the contractor considering actual
achievement vs scheduled achievement at this timeline.
Note:
1) Performance evaluation for stages against SN (i) and (ii) shall be completed within
a period of 02 (two) months after achieving the designated schedule milestone
stage.
It would be necessary and pre requisite to complete and conclude the delay analysis
for the period of evaluation prior to performance evaluation of the Contractor for
the same period.
2) Performance evaluation for stages against SN (iii) shall be completed within a period
of 03 (three) months after achieving the designated schedule milestone stage. It
would be necessary and pre requisite to complete and conclude the delay analysis
and time extension (if applicable) for the period of evaluation prior to performance
evaluation of the Contractor for the overall works.
5.3 Allocation of Marks
5.3.1 At each stage, marks shall be allocated on proportionate basis for actual physical progress
achieved w.r.t. schedule physical progress considering schedule progress and delays on IOCL
account (at evaluation stage).
5.3.2 In order to take care of delays not attributable to the Contractor delay analysis shall be
carried out in detail and effect of delays not attributable to the Contractor on the overall
progress and schedule progress shall be worked out accordingly for the purpose of calculating
marks.
5.5 Evaluation Methodology and Action wrt each performance Review/Rating at any stage :
Scheduled Date of Completion at 50% scheduled timeline (without considering any delay adjustment
not attributable to the contractor):
Scheduled Date of Completion at 50% scheduled timeline (considering delay adjustments not
attributable to the contractor):
Executed job value at 50% scheduled timeline (considering delay adjustments not attributable to the
contractor), which is due for payment:
Payments released at 50% scheduled timeline (considering delay adjustments not attributable to the
contractor):
Scheduled Date of Completion at 100% scheduled timeline (without considering any delay adjustment
not attributable to the contractor)
Scheduled Date of Completion at 100% scheduled timeline (considering delay adjustments not
attributable to the contractor)
Executed job value at 100% scheduled timeline (considering delay adjustments not attributable to
the contractor), which is due for payment:
Payments released at 100% scheduled timeline (considering delay adjustments not attributable to the
contractor):
Scheduled Date of Completion at 100% scheduled timeline (without considering any delay adjustment
not attributable to the contractor)
Scheduled Date of Completion at 100% scheduled timeline (considering delay adjustments not
attributable to the contractor)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 92
CONTRACTOR PERFORMANCE EVALUATION
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
Violation of
applicable safety,
health and
environment
No instances of Violation leading Violation leading
related norm with
Safety Lapses, to Physical Injury : to Fatal accident
penalty of Rs.
availability of PPE :
1 Safe Work Practises 15 5000/- per
– 5 marks deduction
occasion :
for each instance Full (15) Marks
Full Marks (15) of penalty deduction
3 marks deduction
for each instance
of penalty
Timely completion of
2 25
Works
Within Time as
per WO ( * can be
delay > 30 days &
Mobilisation Time supplemented by delay =< 30 days : delay > 60 days :
=<60 days :
a (Actual handing over 3 the schedule
at Site) finalised by IOCL 2 Marks Nil Marks
1 Mark
during Kick Off
Meeting,
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of
DCS based Terminal Automation System comprising of Tank
Truck Loading System, Tank Farm Management System,
Photo Pass Management System, Access Control System, Fire
Alarm System, PA system, Telecommunication System,
Hydrocarbon Vapours Detection System, Fire Fighting
Automation System etc along with associated works at
Vallur, Chennai. Page No. 94
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
considering
various readiness)
- Full Marks (3)
Within Time as
per WO ( * can be
supplemented by
the schedule delay > 15 days &
delay =< 15 days : delay > 30 days :
finalised by IOCL =<30 days :
b Detail Engineering 3
during Kick Off
2 Marks Nil Marks
Meeting, 1 Mark
considering
various readiness)
– Full marks (3)
Within Time as
per WO ( * can be
supplemented by
delay > 30 days &
Timely ordering and the schedule delay =< 30 days : delay > 60 days :
=<60 days :
procurement of 3 finalised by IOCL
c
bought out equipment during Kick Off 2 Marks Nil Marks
1 Mark
Meeting,
considering
various readiness)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of
DCS based Terminal Automation System comprising of Tank
Truck Loading System, Tank Farm Management System,
Photo Pass Management System, Access Control System, Fire
Alarm System, PA system, Telecommunication System,
Hydrocarbon Vapours Detection System, Fire Fighting
Automation System etc along with associated works at
Vallur, Chennai. Page No. 95
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
– Full marks (3)
Within Time as
per WO ( * can be
Timely submission (
supplemented by
preferably by Kick Off
the schedule delay > 15 days &
meeting/ Detail Engg delay =< 15 days : delay > 30 days :
finalised by IOCL =<30 days :
d timeline) of
3 during Kick Off
comprehensive list of 2 Marks Nil Marks
Meeting, 1 Mark
required IOCL
considering
deliverables/readiness
various readiness)
– Full marks (3)
>= 30% & =< 50% :
Percentage cash flow < 30 % :
> 60% - Full Marks > 50% & =<60% :
e against WO Value till 3
(3) 2 marks 1 mark
original CDD Nil marks
Deliveries made
as per
Construction
Material supply - programme delay by 1 -15 days delay by 16 -30 delay beyond 30
f 3
delivery made on time prepared during -2 Marks days -1 Marks days –Nil Marks
commencement /
Kick Off Meeting
– Full marks (3)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of
DCS based Terminal Automation System comprising of Tank
Truck Loading System, Tank Farm Management System,
Photo Pass Management System, Access Control System, Fire
Alarm System, PA system, Telecommunication System,
Hydrocarbon Vapours Detection System, Fire Fighting
Automation System etc along with associated works at
Vallur, Chennai. Page No. 96
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
Price Adjustment
for > 5% & =< 7.5
% or
Within time
Price Adjustment Price Adjustment Delay > 70 days &
including Price Adjustment
for delay =< 2.5 % for > 2.5% & =< 5 % =< 105 days on
acceptable delay > 7.5% or
or or Contractor’s part
Completion Time – on IOCL’s part or Delay > 105 days
Delay <= 35 days Delay >35 days &<= :
g Complete 3 Extensions on Contractor’s
on Contractor’s 70 days on
Commissioning granted part :
part : Contractor’s part : 1 mark
(wherever
approved) - Full Nil Marks
2 marks 1.5 marks
marks (3)
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
Recoveries /
Recoveries /
Recoveries / Amount witheld
Nil recoveries; Nil Amount witheld for
Amount with held for rectification in
with hold for rectification in
Recoveries due to for rectification in Final Bill is > 5 %
a 3 rectification : Final Bill is > 2 % &
deficiency in work Final Bill is =< 2 % of Executed Value
=<5 % of Executed
of Executed value : :
Full (3) marks value :
2 marks
1 mark
Nil marks
Punch points prior to
project takeover (post > 20 punch points
NIL punch points =< 10 punch points > 10 & =< 20 punch
SAT) within –
b 3 : : points :
contractual scope of
- Full (3) Marks 2 marks 1 mark
work and as per Nil marks
available front
Availability and
implementation of of
Achievement >= Achievement : >= Achievement : >= Achievement : <
QAP Documentation
c 3 90% level, 75 % &< 90% level, 60 % &< 75% level, 60% level,
for Procurement /
Full Marks (3) Full Marks (2) Full Marks (1) NIL Marks
Installation &
Commissioning
Quality of SIC as per SIC as per SIC as per SIC in some cases
d Products/System recommended recommended recommended not as per
3
provided wrt brand vendor list (most vendor list (Not the vendor list : not recommended
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of
DCS based Terminal Automation System comprising of Tank
Truck Loading System, Tank Farm Management System,
Photo Pass Management System, Access Control System, Fire
Alarm System, PA system, Telecommunication System,
Hydrocarbon Vapours Detection System, Fire Fighting
Automation System etc along with associated works at
Vallur, Chennai. Page No. 98
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
reputation and reputed makes) best reputed the best reputed vendor list or
performance and without any makes) ; however makes and/or equivalent makes
inferior without any equivalent makes ; with inferior
performance inferior with inferior performance
record in IOCL in performance performance record in IOCL :
the past : Full record in IOCL in record in IOCL Nil marks
Marks (3) the past : 2 marks (which could be
eventually
resolved) in the
past : 1 mark
Achievement >= Achievement : >= Achievement : >= Achievement : <
Quality of
e 3 90% level, 75 % &< 90% level, 60 % &< 75% level, 60% level,
workmanship
Full Marks (3) Full Marks (2) Full Marks (1) NIL Marks
Availability of as built
drawings, documents, Achievement >= Achievement : >= Achievement : >= Achievement : <
f statutory certificates, 3 90% level, 75 % &< 90% level, 60 % &< 75% level, 60% level,
user manuals, Full Marks (3) Full Marks (2) Full Marks (1) NIL Marks
protocol documents
Compliance to Achievement >= Achievement : >= Achievement : >= Achievement : <
g performance 3 90% level, 75 % &< 90% level, 60 % &< 75% level, 60% level :
parameters Full Marks (3) Full Marks (2) Full Marks (1) NIL Marks
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of
DCS based Terminal Automation System comprising of Tank
Truck Loading System, Tank Farm Management System,
Photo Pass Management System, Access Control System, Fire
Alarm System, PA system, Telecommunication System,
Hydrocarbon Vapours Detection System, Fire Fighting
Automation System etc along with associated works at
Vallur, Chennai. Page No. 99
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
Cumulative down Cumulative down
Cumulative down Cumulative down Cumulative down
time of Critical time of Critical
time of Critical time of Critical time of Critical
equipments and or equipments and
equipments and equipments and or equipments and
Stability and uptime the Core or the Core
h 4 or the Core the Core or the Core
of the system Automation Automation
Automation Automation Automation
system/s for > 24 system/s for > 36
system/s : NIL – 4 system/s upto 24 system/s for > 48
hours and =<36 hours and =<48
marks hours – 3 marks hours : Nil marks
marks – 2 marks marks – 1 mark
Relationship/ Work
4 Interface 10
Management
More than 3 nos
No major 1 no. major 2 no. major 3 no. major
With sub vendor / major
complaint/dispute complaint/dispute complaint/dispute complaint/dispute
sub-contractors / complaint/dispute
a 4 received affecting received affecting received affecting received affecting
Other vendors or received affecting
the Works – Full the Works – 3 the Works – 2 the Works – 1
OEMs the Works – NIL
marks(4) marks marks mark
marks
More than 2 nos
No major 1 no. major 2 no. major
major
complaint/dispute complaint/dispute complaint/dispute
With Statutory complaint/dispute
b 3 received affecting received affecting received affecting
authorities received affecting
the Works – Full the Works – 2 the Works – 1
the Works – NIL
marks(3) marks marks
marks
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of
DCS based Terminal Automation System comprising of Tank
Truck Loading System, Tank Farm Management System,
Photo Pass Management System, Access Control System, Fire
Alarm System, PA system, Telecommunication System,
Hydrocarbon Vapours Detection System, Fire Fighting
Automation System etc along with associated works at
Vallur, Chennai. Page No. 100
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
More than 2 nos
No major 1 no. major 2 no. major
major
complaint/dispute complaint/dispute complaint/dispute
complaint/dispute
c With Location 3 received affecting received affecting received affecting
received affecting
the Works – Full the Works – 2 the Works – 1
the Works – NIL
marks(3) marks marks
marks
5 Project Management 10
Site engineers/in
Site engineers/in Site engineers/in
charges profile (a)
charges profile : charges profile :
as per contract
Either not Neither qualified
Qualification and requirement , or
qualified engineer engineer Nor
a experience of site 4 (b) qualified
Or not having having domain
representative engineer with
domain expertise expertise and
domain expertise
and experience - 2 experience - Nil
and experience -
Marks Marks
Full Marks (4)
Submission of all Submission of all
Submission of monthly Timely submission
the desired reports the desired reports
progress reports and of all the desired
along with along with
submission of reports along
b 2 hindrance register hindrance register
hindrance register with hindrance
duly filled up and duly filled up and
duly filled up and register duly
certified , with certified , with
certified filled up and
cumulative delay cumulative delay >
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of
DCS based Terminal Automation System comprising of Tank
Truck Loading System, Tank Farm Management System,
Photo Pass Management System, Access Control System, Fire
Alarm System, PA system, Telecommunication System,
Hydrocarbon Vapours Detection System, Fire Fighting
Automation System etc along with associated works at
Vallur, Chennai. Page No. 101
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
certified : Full =< 15 days wrt 15 days wrt desired
Marks (2) desired schedule schedule during
during evaluation evaluation period :
period : One Mark Nil Marks
(1)
Pending Pending Pending Pending Pending
Responsiveness to tasks/punch tasks/punch tasks/punch tasks/punch tasks/punch
attend the pending points/issues points/issues points/issues points/issues points/issues
c 4
tasks/punch resolved in =< 1 resolved in > 1 resolved in > 1.5 resolved in > 2 resolved after 2.5
points/issues month – Full month & =< 1.5 month & =< 2 month & =< 2.5 months – Nil
marks (4) months – 3 marks months – 2 marks months – 1 marks marks
Capacity for resource
6 deployment / 15
Financing
MAX
SN DESCRIPTION COMPUTATION PHILOSOPHY SCORE
MARKS
Achievement < 55 % level, NIL Marks
Payment system to Vendors through Electronic Modes such as EFT, RTGS etc has been introduced by
the Corporation. For availing this facility, a consent letter from the Vendor as also the Bank Account
details of the Vendor is required. Bidders are requested to submit their Consent Letter as per the
format given below along with the enclosures as required:-
To, Dated:
M/s Indian Oil Corporation Ltd.
Address
Dear Sir,
With reference to your advice, we hereby agree to accept the payment of our bills through
“RTGS/NEFT/Electronic Mode”. The desired bank account details are given below:
1. Vendor Code allotted by IOCL in SAP
2. Name of Beneficiary (i.e. IOCL Vendor )
3. Name of the Beneficiary’s Bank
4. Address of the Beneficiary’s Bank Branch
5. Contact details of Branch with STD Code
6. Beneficiary’s Bank Account No. ( as per cheque copy )
7. Beneficiary’s Account Type (SB/CC/CA)
8. Beneficiary’s Bank IFSC Code ( 11 Digit)
9. Mobile No of Beneficiary (One Number only)
10. E-Mail Id of Beneficiary (One Mail Id only)
A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the
accuracy of the bank account details.
I hereby declare that the particulars given above are correct and complete. I agree to receive
transactional SMS / E-Mail Alerts from IOCL with regard to my bill payments.
(Signature of Account Holder)
Seal of the Vendor
Encl.: Cancelled Cheque
**** We hereby confirm that the above bank account details of beneficiary are correct in all
respects and the account of Beneficiary (IOCL vendor) is maintained at our bank branch.
TECHNICAL DOCUMENT
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System
etc along with associated works at Vallur, Chennai.
Page No. 106
ABBREVIATIONS AND NOTATIONS
Unless otherwise specified, following abbreviations & notations shall be applicable to document.
ABBREVIATIONS/ DESCRIPTION
NOTATIONS
A/G ABOVE GROUND
ACS ACCESS CONTROL SYSTEM
ANSI AMERICAN NATIONAL STANDARDS INSTITUTE
AOPS AUTOMATIC OVERFILL PROTECTION SYSTEM
API AMERICAN PETROLEUM INSTITUTE
ATEX ATMOSPHÈRES EXPLOSIBLES
ATF AVIATION TURBINE FUEL
BAE BULK AIR ELIMINATOR
BCU BATCH CONTROL UNIT
BG BANK GUARANTEE
BQD BAY QUEUE DISPLAY
BV BALL VALVE
CCTV CLOSED CIRCUIT TELEVISION
CENELEC EUROPEAN COMMITTEE FOR ELECTRO TECHNICAL STANDARDIZATION
CI CAST IRON
CIU COMMUNICATION INTERFACE UNIT
CM/cm CENTIMETER
CPU CENTRAL PROCESSING UNIT
CR COTROL ROOM/ CARD READER
CRTV CONE ROOF VERTICAL TANK
CS CARBON STEEL
CSA CANADIAN STANDARDS ASSOCIATION
CUM/cum/m3 CUBIC METRE
DBBV DOUBLE BLOCK AND BLEED VALVE
DCS DISTRIBUTED CONTROL SYSTEM
DCV DIGITAL CONTROL VALVE
DG DIESEL GENERATOR
DIA/dia/F DIAMETER
DIN DEUTSCHES INSTITUT TUR NORMUNG EV
DP DENSITY PROBE
DPT DIFFERENTIAL PRESSURE TRANSMITTER
DT DENSITOMETER
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System
etc along with associated works at Vallur, Chennai.
Page No. 107
ABBREVIATIONS AND NOTATIONS
ABBREVIATIONS/ DESCRIPTION
NOTATIONS
E/E/P/S ELECTRICAL AND ELECTRONICS PROGRAMMABLE SYSTEMS
E-I-C/EIC ENGINEER IN CHARGE
EMC ELECTRO-MAGNETIC COMPATIBILITY
EMD EARNEST MONEY DEPOSIT
EN EUROPEAN NATION
ESD EMERGENCY SHUTDOWN SYSTEM
EUC EQUIPMENT UNDER CONTROL
EWS ENGINEER'S WORKING STATION
EXD EXPLOSION PROOF
EXP EXPLOSION PROOF
FAS FIRE ALARM SYSTEM
FAT FACTORY ACCEPTANCE TEST
FE FIRE ENGINE
FLP FLAME PROOF
FM FACTORY MUTUAL
FO FIBER OPTIC
FO FURNACE OIL
FRLS FIRE RETARDANT LOW SMOKE
FS FIRE SURVIVAL
GDS GAS DETECTION SYSTEM
GI GALVANISED IRON
GUI GRAPHICAL USER INTERFACE
HAZOP HAZARD AND OPERABILITY STUDY
HCD HYDROCARBON VAPOUR DETECTOR
HDPE HIGH DENSITY POLYETHYLENE
HMI HUMAN MACHINE INTERFACE
HSD HIGH SPEED DEISEL
HT HORIZONTAL TANK
HWP HARDWIRED PANEL
I/O INPUT/ OUTPUT
IEC INTERNATIONAL ELECTRO-TECHNICAL COMMISSION
IEEE INSTITUTE OF ELECTRICAL & ELECTRONICS ENGINEERS
IFRVT INTERNAL FLOATING ROOF VERTICAL TANK
IR INFRA RED
IS INTRINSICALLY SAFE
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System
etc along with associated works at Vallur, Chennai.
Page No. 108
ABBREVIATIONS AND NOTATIONS
ABBREVIATIONS/ DESCRIPTION
NOTATIONS
IS/BIS INDIAN STANDARD
ISA INSTRUMENT SOCIETY OF AMERICA
ISD INITIAL SECURITY DEPOSIT
JOB JOB LUMPSUM
KG/kg KILOGRAM
LAN LOCAL AREA NETWORK
LED LIGHT EMITTING DIODE
LEL LOWER EXPLOSIVE LIMIT
LIU LIGHT INTERCONNECT UNIT
LPBS LOCAL PUSH BUTTON STATION
LRCS LOADING RACK COMPUTER SYSTEM
LS LUMPSUM
LS LEVEL SWITCH
LT LEVEL TRANSMITTER
M/m/rm/RM METRE / RUNNING METRE
MCP MANUAL CALL POINT
MCR MAIN CONTROL ROOM
MCS MASTER CONTROL STATION
MFM MASS FLOW METER
MM/mm MILLIMETER
MOV MOTOR OPERATED VALVE
MS MILD STEEL
MS MOTOR SPIRIT
MSTW MULTI SPOT TEMPERATURE CUM WATER BOTTOM SENSOR
MT METRIC TONNE
MTBF MEAN TIME BETWEEN FAILURE
MTRR MEAN TIME TO REPAIR
NAS NETWORK ATTACHED STORAGE
NC NORMALLY CLOSED
NEMA NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION
NFPA NATIONAL FIRE PROTECTION ASSOCIATION
NO NORMALLY OPEN
NO (S) / Nos. / nos. NUMBER(S)
NRV NON RETURN VALVE
OIC OPERATORS INTERFACE CONSOLE
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System
etc along with associated works at Vallur, Chennai.
Page No. 109
ABBREVIATIONS AND NOTATIONS
ABBREVIATIONS/ DESCRIPTION
NOTATIONS
OMC OTHER OIL MARKETING COMPANY
OHT OVERHEAD TANK
PA PUBLIC ADDRESS
PB PUSH BUTTON
PC PERSONAL COMPUTER (WORK STATION)
PCC PLAIN CEMENT CONCRETE
PCR PROXIMITY CARD READER
PLC PROGRAMMABLE LOGIC CONTROLLER
PPL PIPELINE
PPM PARTS PER MILLION
PRV PRESSURE RELIEF VALVE
PT PRESSURE TRANSMITTER
PTZ PAN TILT ZOOM
QMR QUADRUPLE MODULAR REDUNDANT
QRA QUANTITIVE RESEARCH ANALYSIS
RCC REINFORCED CEMENT CONCRETE
ROSOV REMOTE OPERATED SHUT OFF VALVE
RS-232/422 STANDARDS ON SERIAL COMMUNICATION PROTOCOL
RTD RESISTANCE TEMPERATRE DETECTOR
S&D SUPPLY & DISTRIBUTION
SAN STORAGE AREA NETWORK
SAP SYSTEMS APPLICATION PRODUCT (IOCL ERP SYSTEM)
SAT SITE ACCEPTANCE TEST
SFT/sft SQUARE FEET
SIL SAFETY INTEGRITY LIMIT
SIS SAFETY INSTRUMENTED SYSTEM
SKO SUPERIOR KEROSENE OIL
SOV SOLENOID OPERATED VALVE
SPD SURGE PROTECTION DEVICE
Sqcm SQUARE CENTIMETER
SQM/sqm/m2/SM SQUARE METRE
SQMM/sqmm/mm2 SQUARE MILLIMETER
SS STAINLESS STEEL
TAS TERMINAL AUTOMATION SYSTEM
TAS – MS TAS MMANAGEMENT SERVER
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System
etc along with associated works at Vallur, Chennai.
Page No. 110
ABBREVIATIONS AND NOTATIONS
ABBREVIATIONS/ DESCRIPTION
NOTATIONS
TFMS TANK FARM MANAGEMENT SYSTEM
TLD TANK LORRY DECANTATION
TLF TANK LORRY FILLING
TM TERMINAL MANAGER
TMR TRIPLE MODULAR REDUNDANT
TRV THERMAL RELIEF VALVE
TS TERMINAL SERVER
TSI TANK SIDE INDICATOR
TSV THERMAL SAFETY VALVE
TT TANK TRUCK
TT TEMPERATURE TRANSMITTER
TTES TANK TRUCK ENTRY SYSTEM
TTRS TANK TRUCK REPORTING SYSTEM
TUV TECHNISCHE UBERWARCHUNGS VEREIN
TWD TANK WAGON DECANTATION
TWF/ TWL TANK WAGON FILLING/ TANK WAGON LOADING
U/G UNDER GROUND
UL UNDERWRITERS LABORATORY INC
UPS UN-INTERRUPTED POWER SUPPLY
VDU VISUAL DISPLAY UNIT
VMS VEDIO MANAGEMENT SOFTWARE
WIP WATER INTERFACE PROBE
XM XTRA MILE (ADDITIVE FOR MS)
XP XTRA PREMIUM (ADDITIVE FOR MS)
****************
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System
etc along with associated works at Vallur, Chennai.
Page No. 111
CODES AND STANDARDS
1.0 The components of Instrumentation and Control system shall conform in design, materials
and performance with the appropriate sections of the latest editions and revisions of the
standards. The equipment & installation shall also conform to the latest Indian Electricity
Rules as regards safety, earthing and other essential provisions specified there in for the
installation and operation of electrical plants.
2.0 The equipment in the hazardous area shall have CMRI/ATEX/BIS & CCOE/PESO approvals.
The equipment & installation shall also conform to the latest standards below
38 OIML R85 Automatic level gauges for measuring the level of liquid in fixed
storage tanks.
39 IS 2801 PD meter Accuracy
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System
etc along with associated works at Vallur, Chennai.
Page No. 113
CODES AND STANDARDS
Note: Other applicable Codes and standards are mentioned at respective equipment
specification.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm
System, PA system, Telecommunication System, Hydrocarbon
Vapours Detection System, Fire Fighting Automation System etc
along with associated works at Vallur, Chennai.
Page No. 114
SITE DATA
SITE DATA
1.1 Indian Oil Corporation Limited (IOCL) is proposing to develop new grass root terminal tank
truck loading facility at Vallur with a total tankage of 131910 KL and 16 Bay TLF shed with
allied facilities. The Total land area is about 103 Acres.
Sl.
Description Details
No.
1 Site Location Vallur, Chennai
2 Nearest Railway station Chennai Central Railway Station
3 Nearest Airport Hyderabad
4 IOCL GSTIN no. for Tamilnadu 33AAACI1681G1ZW
FACILITY DETAILS
FACILITY DETAILS
Operating concepts / Salient features:
Sl.
Description Details
No.
1 Operating Flow rate 2400 LPM
9 No. of compartments 2 to 8
Products to be handled:
Parameters MS HSD ATF ETHANOL BIODIESEL SKO
Viscosity 0.51 cSt @ 37.8 2.0 - 4.5 cSt 1.5 - 2.5 1.26 cP 3.5 - 5.0 2.5 cSt
Deg C @ 40 Deg C cSt @ 40 cSt @ 15 Deg
Deg C C
Sl. Product Header Line MOV/ DBBV Bulk Air Eliminator Pressure Transmitter
No. Dia. Suitable for Flow (Range)
Rate
TANK FARM
Product & Water Tanks Details:
Storage Capacity
IFRVT/ UG/ OHT
Product / Water
Recirculation
Type (CRVT/
Outlet Valve
(Dia. X Ht) /
Size of Tank
(Size - mm)
(Size - mm)
Inlet Valve
Tank No.
/ Foam
SL No.
(KL)
Storage Capacity
IFRVT/ UG/ OHT
Product / Water
Recirculation
Type (CRVT/
Outlet Valve
(Dia. X Ht) /
Size of Tank
(Size - mm)
(Size - mm)
Inlet Valve
Tank No.
/ Foam
SL No.
(KL)
21 ATF T-506 UG-HT 3M X 7.5M 50 100 80 NA NA
Additive
22 T-501 UG-HT 2.1M X 6.25M 20 100 80 NA NA
(RON)
Additive
23 T-502 UG-HT 2.1M X 6.25M 20 100 80 NA NA
(RON)
Additive
Conical
24 (XTRAPR T-701 1.07M X 1.3 1 NA NA NA NA
Bottom
EMIUM)
Additive
Conical
25 (XTRAGR T-702 1.07M X 1.3 1 NA NA NA NA
Bottom
EEN)
ATF Fast
Conical
26 Flush T-209 - 2 NA NA NA NA
Bottom
Vessel
27 SLUDGE T-601 CRVT 8M X 6M 250 100 100 NA NA
28 FW FWT-1 CRVT 28M X 15.5M 9546 NA 800 NA 300
29 FW FWT -2 CRVT 28M X 15.5M 9546 NA 800 NA 300
RAW
10M X 5M X 3M
WT./
(Length x
30 FWT- T-131 UG 150 NA NA NA NA
Width x
Make-up
Height)
water
31 AFFF Tank-1 OHT - 22 80 100 NA NA
32 AFFF Tank-2 OHT - 22 80 100 NA NA
Nozzle details for installation of Automation Equipment on tanks and its interface with TAS:
Nozzle size
Product / Nozzle size Nozzle size Nozzle size Nozzle size
Tank for
Water / for Primary for MSTW for AOPS for Density
No. Secondary
Foam Radar Gauge (mm) (mm) Probe (mm)
Radar Gauge
6”,150 #,
6”,150 #,
SORF, 3”,150 #, 3”,150 #, 4”,150#,
T-101 MS SORF (Still
(Combined SORF SORF SORF
Well)
Gauge Well)
6”,150 #,
6”,150 #,
SORF, 3”,150 #, 3”,150 #, 4”,150#,
T-102 MS SORF (Still
(Combined SORF SORF SORF
Well)
Gauge Well)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 120
FACILITY DETAILS
Nozzle size
Product / Nozzle size Nozzle size Nozzle size Nozzle size
Tank for
Water / for Primary for MSTW for AOPS for Density
No. Secondary
Foam Radar Gauge (mm) (mm) Probe (mm)
Radar Gauge
6”,150 #,
6”,150 #,
SORF, 3”,150 #, 3”,150 #, 4”,150#,
T-103 MS SORF (Still
(Combined SORF SORF SORF
Well)
Gauge Well)
6”,150 #,
6”,150 #,
SORF, 3”,150 #, 3”,150 #, 4”,150#,
T-104 MS / HSD SORF (Still
(Combined SORF SORF SORF
Well)
Gauge Well)
8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
T-201 HSD
SORF SORF SORF SORF SORF
8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
T-202 HSD
SORF SORF SORF SORF SORF
6”,150 #, 6”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
SORF, SORF (Still SORF SORF SORF
T-301 ET
(Combined Well)
Gauge Well)
6”,150 #, 6”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
SORF, SORF (Still SORF SORF SORF
T-302 ET
(Combined Well)
Gauge Well)
8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
T-401 BID
SORF SORF SORF SORF SORF
8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
T-402 BID
SORF SORF SORF SORF SORF
T-205 8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
ATF
SORF SORF SORF SORF SORF
T-203 8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
ATF
SORF SORF SORF SORF SORF
T-204 8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
ATF
SORF SORF SORF SORF SORF
T-206 8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
SKO
SORF SORF SORF SORF SORF
T-207 8”,150 #, 8”,150 #, 3”,150 #, 3”,150 #, 4”,150 #,
SKO
SORF SORF SORF SORF SORF
6”,150 #, 3”,150 #, 3”,150 #, 3”,150 #,
T-505 HSD SORF (Still NA SORF SORF SORF
Well)
6”,150 #, NA 3”,150 #, 3”,150 #, 3”,150 #,
T-508 BID SORF (Still SORF SORF SORF
Well)
6”,150 #, NA 3”,150 #, 3”,150 #, 3”,150 #,
T-504 MS SORF (Still SORF SORF SORF
Well)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 121
FACILITY DETAILS
Nozzle size
Product / Nozzle size Nozzle size Nozzle size Nozzle size
Tank for
Water / for Primary for MSTW for AOPS for Density
No. Secondary
Foam Radar Gauge (mm) (mm) Probe (mm)
Radar Gauge
6”,150 #, NA 3”,150 #, 3”,150 #, 3”,150 #,
T-507 ET SORF (Still SORF SORF SORF
Well)
6”,150 #, NA 3”,150 #, 3”,150 #, 3”,150 #,
T-503 SKO SORF (Still SORF SORF SORF
Well)
6”,150 #, 3”,150 #, 3”,150 #, 3”,150 #,
T-506 ATF SORF (Still NA SORF SORF SORF
Well)
6”,150 #, NA 3”,150 #, 3”,150 #, 3”,150 #,
Additive
T-501 SORF (Still SORF SORF SORF
(RON)
Well)
6”,150 #, NA 3”,150 #, 3”,150 #, 3”,150 #,
Additive
T-502 SORF (Still SORF SORF SORF
(RON)
Well)
8”,150 #, NA
T- 601 Sludge NA NA NA
SORF
FIRE 24”,150 #,
FWT-1 NA NA NA NA
WATER SORF
FIRE 24”,150 #,
FWT-2 NA NA NA NA
WATER SORF
Other tanks nozzle details for mounting of Guided wave Radar/Magnetic Bi-Colour Level Gauge
with Transmitter/ Level Switches and its interface with TAS
Tank No. Product For Nozzle Size Instruments
RAW (for LS-magnetic float/displacer
T-131 RAW WATER 3” 150# x 1 nos.
Low level)
Additive GUIDED WAVE RADAR
T-701 Additive BY TAS VENDOR
(XTRAPREMIUM)
Additive GUIDED WAVE RADAR
T-702 Additive BY TAS VENDOR
(XTRAGREEN)
ATF Fast Flush GUIDED WAVE RADAR
T-209 ATF 3” 150# x 1 nos.
Vessel
FIRE LS-magnetic float/displacer
WATER
FIRE WATER FIRE WATER 3” 150# x 1 nos.
MAKE-UP
TANK
MOTHER Level Gauge with transmitter –
Tank-1 AFFF 1“ 150 # x 2 nos.
TANK Bi-Color Magnetic Flap Type
MOTHER Level Gauge with transmitter –
Tank-2 AFFF 1“ 150 # x 2 nos.
TANK Bi-Color Magnetic Flap Type
Level Gauge with transmitter –
DT-2401 AFFF HVLR-1 1“ 150 # x 2 nos.
Bi-Color Magnetic Flap Type
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 122
FACILITY DETAILS
SPRINKLER & FIXED FOAM POURER SYSTEM FOR INTERFACE WITH TAS
Product /
SL. No. Tank No. Sprinkler System Fixed Foam Pourer System
Water/ Foam
1 T-101 MS YES (3 lpm & 1 lpm) YES
2 T-102 MS YES (3 lpm & 1 lpm) YES
3 T-103 MS YES (3 lpm & 1 lpm) YES
4 T-104 MS / HSD YES (3 lpm & 1 lpm) YES
5 T-201 HSD YES (3 lpm & 1 lpm) YES
6 T-202 HSD YES (3 lpm & 1 lpm) YES
7 T-301 ET YES (3 lpm) YES
8 T-302 ET YES (3 lpm) YES
9 T-401 BID NO NO
10 T-402 BID NO NO
11 T-203 ATF NO YES
12 T-204 ATF NO YES
13 T-205 ATF NO YES
14 T-206 SKO NO NO
15 T-207 SKO NO NO
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 123
FACILITY DETAILS
PRODUCT & WATER PUMPS DETAILS (Indicative) FOR INTERFACE WITH TAS
Tentative location Tentative location
of Pump of pump feeder
SL Pump Capacity Head
Product
No. No (KL/HR) (MWC)
List of valves (Only Indicative and may vary during execution of the project)
ROSOV
S.No MOV Size (mm) Location: Line No./Equipment
Tag No.
1 ROSOV-0301 750 NB T-101 (MS) outlet
2 ROSOV-0302 250 NB T-101 (MS) Recirculation
3 ROSOV-0303 750 NB T-101 (MS) Inlet
4 ROSOV-0306 750 NB T-102 (MS) inlet
5 ROSOV-0304 750 NB T-102 (MS) outlet
6 ROSOV-0305 250 NB T-102 (MS) Inlet Recirculation Line
7 ROSOV-0403 750 NB T-103 (MS) inlet
8 ROSOV-0401 750 NB T-103 (MS) outlet
9 ROSOV-0402 250 NB T-103 (MS) Inlet Recirculation Line
10 ROSOV-0406 750 NB T-104 (MS / HSD) inlet
11 ROSOV-0404 750 NB T-104 (MS / HSD) outlet
12 ROSOV-0405 250 NB T-104 (MS / HSD) Inlet Recirculation Line
13 ROSOV-0503 750 NB T-201 (HSD) inlet
14 ROSOV-0501 750 NB T-201 (HSD) outlet
15 ROSOV-0502 250 NB T-201 (HSD) Inlet Recirculation Line
16 ROSOV-0506 750 NB T-202 (HSD) inlet
17 ROSOV-0504 750 NB T-202 (HSD) outlet
18 ROSOV-0505 250 NB T-202 (HSD) Inlet Recirculation Line
19 ROSOV-0601 750 NB T-205 (ATF) inlet
20 ROSOV-0603 750 NB T-205 (ATF) outlet
21 ROSOV-0702 750 NB T-203 (ATF) inlet
22 ROSOV-0701 750 NB T-203 (ATF) outlet
23 ROSOV-0705 750 NB T-204 (ATF) inlet
24 ROSOV-0704 750 NB T-204 (ATF) outlet
25 ROSOV-0802 600 NB T-206 (SKO) inlet
26 ROSOV-0801 200 NB T-206 (SKO) outlet
27 ROSOV-0805 600 NB T-207 (SKO) inlet
28 ROSOV-0804 200 NB T-207 (SKO) outlet
29 ROSOV-1003 150 NB T-301 (ET) inlet
30 ROSOV-1001 250 NB T-301 (ET) outlet
31 ROSOV-1006 150 NB T-302 (ET) inlet
32 ROSOV-1004 250 NB T-302 (ET) outlet
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 128
FACILITY DETAILS
List of DBBVs-
Sl. No Tag No. MOV Size (mm) Location: Line No./Equipment
Note: DBBV Tags for MFM Skid are not covered in above list. Every MFM Skid has one number of
DBBV.
List of other valves-
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
S.
Tag No. Line No. Location: Line No./Equipment Remarks
No.
Ball valve
417 MOV-2440 3"-FW-2402-A1K-NI Foam Mother Tank-2 (Refilling Valve)
DG SET
Sl. No. DG No Rating (Indicative)
1 PDG # 1 1500 KVA
2 PDG # 2 1500 KVA
3 EDG # 3 1010 KVA
Tentative location of PT in
SN PT TAG. P&ID Location of installation
general location layout
TCE.12106B-CH-2027- Additive (XTRAGREEN) Near TT unloading Pump
11 PIT-1308 PI-21013 Pump common Suction house
of P-AD5/AD6
TCE.12106B-CH-2027- Additive (XTRAPREMIUM) Near TT unloading Pump
12 PIT-1314 PI-21013 Pump common Suction house
of P-AD3/AD4
TCE.12106B-CH-2027- Suction line of Pump P- TT unloading Pump house
13 PIT-1329
PI-21013 AD9
TCE.12106B-CH-2027- Discharge line of Pump TT unloading Pump house
14 PIT-1332
PI-21013 P-AD9
TCE.12106B-CH-2027- Suction line of Pump P- TT unloading Pump house
15 PIT-1333
PI-21013 AD10
TCE.12106B-CH-2027- Discharge line of Pump TT unloading Pump house
16 PIT-1336
PI-21013 P-AD10
TCE.12106B-CH-2027- Discharge line of Pump Underground tank farm
17 PIT-1911
PI-21019 P-SL1
TCE.12106B-CH-2027- Discharge line of Pump Underground tank farm
18 PIT-1912
PI-21019 P-SL2
TCE.12106B-CH-2027- Discharge line of Pump Underground tank farm
19 PIT-1915
PI-21019 P-SL3
TCE.12106B-CH-2027- Discharge line of Pump Underground tank farm
20 PIT-1918
PI-21019 P-SL6
TCE.12106B-CH-2027- Discharge line of Pump Underground tank farm
21 PIT-1921
PI-21019 P-SL5
TCE.12106B-CH-2027- Discharge line of Pump Underground tank farm
22 PIT-1924
PI-21019 P-SL4
TCE.12106B-CH-2027- In Green area Near outside
23 PT-2004 MS Dispatch TLF Header
PI-21020 of TLF Gantry (Left area)
TCE.12106B-CH-2027- In Green area Near outside
24 PT-2007 Ethanol Blending Header
PI-21020 of TLF Gantry (Left area)
TCE.12106B-CH-2027- HSD Dispatch TLF In Green area Near outside
25 PT-2012
PI-21020 Header of TLF Gantry (Left area)
TCE.12106B-CH-2027- In Green area Near outside
26 PT-2018 B-100 Blending Header
PI-21020 of TLF Gantry (Left area)
TCE.12106B-CH-2027- SKO Dispatch TLF In Green area Near outside
27 PT-2021
PI-21020 Header of TLF Gantry (Left area)
TCE.12106B-CH-2027- ATF Dispatch TLF In Green area Near outside
28 PT-2024
PI-21020 Header of TLF Gantry (Left area)
TCE.12106B-CH-2027- Additive (XTRAPREMIUM) Near TT unloading Pump
29 PT-2001
PI-21020 Header house
TCE.12106B-CH-2027- In Green area Near outside
30 PT-2002 Additive (RON) Header
PI-21020 of TLF Gantry (Left area)
TCE.12106B-CH-2027- Additive (XTRAGREEN) Near TT unloading Pump
31 PT-2003
PI-21020 Header house
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
32 PIT-2102
PI-21021 M1
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 149
FACILITY DETAILS
Tentative location of PT in
SN PT TAG. P&ID Location of installation
general location layout
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
33 PIT-2104
PI-21021 P-M1
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
34 PIT-2106
PI-21021 M2
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
35 PIT-2108
PI-21021 P-M2
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
36 PIT-2110
PI-21021 M3
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
37 PIT-2112
PI-21021 P-M3
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
38 PIT-2113
PI-21021 H1
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
39 PIT-2116
PI-21021 P-H1
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
40 PIT-2117
PI-21021 H2
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
41 PIT-2120
PI-21021 P-H2
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
42 PIT-2121
PI-21021 H3
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
43 PIT-2124
PI-21021 P-H3
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
44 PIT-2125
PI-21021 H4
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
45 PIT-2128
PI-21021 P-H4
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
46 PIT-2202
PI-21022 S1
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
47 PIT-2203
PI-21022 P-S1
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
48 PIT-2206
PI-21022 S2
PIT-2207 TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
49
PI-21022 P-S2
PIT-2209 TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
50
PI-21022 A1
PIT-2211 TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
51
PI-21022 P-A1
PIT-2213 TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
52
PI-21022 A2
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
53 PIT-2215
PI-21022 P-A2
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
54 PIT-2302
PI-21023 E3
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
55 PIT-2303
PI-21023 P-E3
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 150
FACILITY DETAILS
Tentative location of PT in
SN PT TAG. P&ID Location of installation
general location layout
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
56 PIT-2306
PI-21023 E4
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
57 PIT-2307
PI-21023 P-E4
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
58 PIT-2309
PI-21023 B3
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
59 PIT-2311
PI-21023 P-B3
TCE.12106B-CH-2027- Suction line of Pump P- Product Pump House
60 PIT-2313
PI-21023 B4
TCE.12106B-CH-2027- Discharge line of Pump Product Pump House
61 PIT-2315
PI-21023 P-B4
TCE.12106B-CH-2027- Discharge line of Pump TT unloading Pump house
62 PIT-2435
PI-21024 P-M4
TCE.12106B-CH-2027- Discharge line of Pump TT unloading Pump house
63 PIT-2440
PI-21024 P-M5
TCE.12106B-CH-2027- Discharge line of Pump TT unloading Pump house
64 PIT-2460
PI-21024 P-H5
TCE.12106B-CH-2027- Discharge line of Pump TT unloading Pump house
65 PIT-2464
PI-21024 P-H6
TCE.12106B-CH-2027- Discharge line of Pump TT unloading Pump house
66 PIT-2483
PI-21024 P-A3
TCE.12106B-CH-2027- Discharge line of Pump TT unloading Pump house
67 PIT-2487
PI-21024 P-A4
PIT-1211 TCE.12106B-CH-2027- Product Pump House
Pump P-W1 discharge
68 (Dia. PI-21012
Pressure
seal)
TCE.12106B-CH-2027- Discharge line of Pump Near Fire Water Pump
69 PIT-2801
PI-21028 P-W3 House
TCE.12106B-CH-2027- Discharge line of Pump Near Fire Water Pump
70 PIT-2802
PI-21028 P-W4 House
TCE.12106B-ME-6041- Foam Concentrate line Outside of MS Tank T-101
71 PT-2302
PI-60023 (SH 1 of 3) to MS tank T-101 dyke
TCE.12106B-ME-6041- Foam solution line to MS Outside of MS Tank T-102
72 PT-2303
PI-60023 (SH 1 of 3) tank T-102 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of MS Tank T-102
73 PT-2304
PI-60023 (SH 1 of 3) to MS tank T-102 dyke
TCE.12106B-ME-6041- Foam solution line to MS Outside of MS Tank T-103
74 PT-2305
PI-60023 (SH 1 of 3) tank T-103 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of MS Tank T-103
75 PT-2306
PI-60023 (SH 1 of 3) to MS tank T-103 dyke
TCE.12106B-ME-6041- Foam solution line to MS Outside of MS Tank T-104
76 PT-2307
PI-60023 (SH 1 of 3) tank T-104 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of MS Tank T-104
77 PT-2308
PI-60023 (SH 1 of 3) to MS tank T-104 dyke
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 151
FACILITY DETAILS
Tentative location of PT in
SN PT TAG. P&ID Location of installation
general location layout
TCE.12106B-ME-6041- Foam solution line to Outside of HSD Tank T-201
78 PT-2309
PI-60023 (SH 2 of 3) HSD tank T-201 dyke
TCE.12106B-ME-6041- Foam solution line to Outside of HSD Tank T-202
79 PT-2311
PI-60023 (SH 2 of 3) HSD tank T-202 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of HSD Tank T-202
80 PT-2312
PI-60023 (SH 2 of 3) to HSD tank T-202 dyke
TCE.12106B-ME-6041- Foam solution line to Outside of ATF Tank T-203
81 PT-2313
PI-60023 (SH 2 of 3) ATF tank T-203 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of ATF Tank T-203
82 PT-2314
PI-60023 (SH 2 of 3) to ATF tank T-203 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of ATF Tank T-204
83 PT-2316
PI-60023 (SH 2 of 3) to ATF tank T-204 dyke
TCE.12106B-ME-6041- Foam solution line to Outside of ATF Tank T-205
84 PT-2317
PI-60023 (SH 3 of 3) ATF tank T-205 dyke
TCE.12106B-ME-6041- Foam solution line to Outside of ATF Tank T-205
85 PT-2318
PI-60023 (SH 3 of 3) ATF tank T-205 dyke
TCE.12106B-ME-6041- Hydrant Header to Outside of Ethanol Tank T-
86 PT-2319
PI-60023 (SH 3 of 3) Ethanol Tank T-301 301 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of Ethanol Tank T-
87 PT-2320
PI-60023 (SH 3 of 3) to Ethanol tank T-301 301 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of Ethanol Tank T-
88 PT-2321
PI-60023 (SH 3 of 3) to Ethanol tank T-302 302 dyke
TCE.12106B-ME-6041- Hydrant Header to Outside of Ethanol Tank T-
89 PT-2322
PI-60023 (SH 3 of 3) Ethanol Tank T-302 302 dyke
TCE.12106B-ME-6041- Fire Water Pump House
90 PT-2401 Foam Discharge header
PI-60024
TCE.12106B-ME-6041- Fire Water Pump House
91 PT-2402 Foam Discharge header
PI-60024
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-101
92 PT-2501
PI-60025 (SH 1 of 3) Tank T-101 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-102
93 PT-2502
PI-60025 (SH 1 of 3) Tank T-102 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-103
94 PT-2503
PI-60025 (SH 1 of 3) Tank T-103 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-104
95 PT-2504
PI-60025 (SH 1 of 3) Tank T-104 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-101
96 PT-2505
PI-60025 (SH 1 of 3) Tank T-101 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-102
97 PT-2506
PI-60025 (SH 1 of 3) Tank T-102 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-103
98 PT-2507
PI-60025 (SH 1 of 3) Tank T-103 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-104
99 PT-2508
PI-60025 (SH 1 of 3) Tank T-104 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-101
100 PT-2509
PI-60025 (SH 1 of 3) Tank T-101 dyke
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 152
FACILITY DETAILS
Tentative location of PT in
SN PT TAG. P&ID Location of installation
general location layout
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-102
101 PT-2510
PI-60025 (SH 1 of 3) Tank T-102 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-103
102 PT-2511
PI-60025 (SH 1 of 3) Tank T-103 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-104
103 PT-2512
PI-60025 (SH 1 of 3) Tank T-104 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-101
104 PT-2513
PI-60025 (SH 1 of 3) Tank T-101 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-102
105 PT-2514
PI-60025 (SH 1 of 3) Tank T-102 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-103
106 PT-2515
PI-60025 (SH 1 of 3) Tank T-103 dyke
TCE.12106B-ME-6041- From FW main line to MS Outside of MS Tank T-104
107 PT-2516
PI-60025 (SH 1 of 3) Tank T-104 dyke
TCE.12106B-ME-6041- From FW main line to Outside of HSD Tank T-201
108 PT-2517
PI-60025 (SH 2 of 3) HSD Tank T-201 dyke
TCE.12106B-ME-6041- From FW main line to Outside of HSD Tank T-202
109 PT-2518
PI-60025 (SH 2 of 3) HSD Tank T-202 dyke
TCE.12106B-ME-6041- From FW main line to Outside of HSD Tank T-201
110 PT-2519
PI-60025 (SH 2 of 3) HSD Tank T-201 dyke
TCE.12106B-ME-6041- From FW main line to Outside of HSD Tank T-202
111 PT-2520
PI-60025 (SH 2 of 3) HSD Tank T-202 dyke
TCE.12106B-ME-6041- From FW main line to Outside of Ethanol Tank T-
112 PT-2521
PI-60025 (SH 3 of 3) Ethanol Tank T-301 301 dyke
TCE.12106B-ME-6041- From FW main line to Outside of Ethanol Tank T-
113 PT-2522
PI-60025 (SH 3 of 3) Ethanol Tank T-302 302 dyke
TCE.12106B-ME-6041- From FW main line to Outside of Ethanol Tank T-
114 PT-2523
PI-60025 (SH 3 of 3) Ethanol Tank T-301 301 dyke
TCE.12106B-ME-6041- From FW main line to Outside of Ethanol Tank T-
115 PT-2524
PI-60025 (SH 3 of 3) Ethanol Tank T-302 302 dyke
TCE.12106B-ME-6041- From FW main line to Outside of HSD Tank T-201
116 PT-2525
PI-60025 (SH 2 of 3) HSD Tank T-201 dyke
TCE.12106B-ME-6041- From FW main line to Outside of HSD Tank T-202
117 PT-2526
PI-60025 (SH 2 of 3) HSD Tank T-202 dyke
TCE.12106B-ME-6041- From FW main line to Outside of HSD Tank T-201
118 PT-2527
PI-60025 (SH 2 of 3) HSD Tank T-201 dyke
TCE.12106B-ME-6041- From FW main line to Outside of HSD Tank T-202
119 PT-2528
PI-60025 (SH 2 of 3) HSD Tank T-202 dyke
TCE.12106B-ME-6041- Fire water discharge line Fire Water Pump House
120 PT-2701
PI-60027 header
TCE.12106B-ME-6041- Fire water discharge line Fire Water Pump House
121 PT-2702
PI-60027 header
TCE.12106B-ME-6041- Fire Engine Pump no:1 Fire Water Pump House
122 PT-2703
PI-60027 Discharge end
TCE.12106B-ME-6041- Fire Engine Pump no:2 Fire Water Pump House
123 PT-2704
PI-60027 Discharge end
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 153
FACILITY DETAILS
Tentative location of PT in
SN PT TAG. P&ID Location of installation
general location layout
TCE.12106B-ME-6041- Fire Engine Pump no:3 Fire Water Pump House
124 PT-2705
PI-60027 Discharge end
TCE.12106B-ME-6041- Fire Engine Pump no:4 Fire Water Pump House
125 PT-2706
PI-60027 Discharge end
TCE.12106B-ME-6041- Fire Engine Pump no:5 Fire Water Pump House
126 PT-2707
PI-60027 Discharge end
TCE.12106B-ME-6041- Fire Engine Pump no:6 Fire Water Pump House
127 PT-2708
PI-60027 Discharge end
TCE.12106B-ME-6041- Fire Engine Pump no:7 Fire Water Pump House
128 PT-2709
PI-60027 Discharge end
TCE.12106B-ME-6041- Jockey Pump no:1 Fire Water Pump House
129 PT-2710
PI-60027 Discharge end
TCE.12106B-ME-6041- Jockey Pump no:2 Fire Water Pump House
130 PT-2711
PI-60027 Discharge end
TCE.12106B-ME-6041- Near Fire Water Make-up
131 PT-2712 MKP-001 Discharge end
PI-60027 Tank
TCE.12106B-ME-6041- Near Fire Water Make-up
132 PT-2713 MKP-002 Discharge end
PI-60027 Tank
TCE.12106B-CH-2027- SKO inlet header line Near Exchange Pit
133 PT-0801
PI-21008 from Pipelines division
TCE.12106B-CH-2027- MS inlet header line Near Exchange Pit
134 PT-0301
PI-21003 from Pipelines division
TCE.12106B-CH-2027- HSD inlet header line Near Exchange Pit
135 PT-0501
PI-21005 from Pipelines division
TCE.12106B-CH-2027- ATF inlet header line Near Exchange Pit
136 PT-0601
PI-21006 from Pipelines division
TCE.12106B-ME-6041- Farthest point from fire
137 PT-2718 For Farthest Point
PI-60027 water pump house
TCE.12106B-ME-6041- Farthest point from fire
138 PT-2719 For Farthest Point
PI-60027 water pump house
TCE.12106B-ME-6041- Foam solution line to MS Outside of MS Tank T-101
139 PT-2301
PI-60023 (SH 1 OF 3) tank T-101 dyke
TCE.12106B-ME-6041- Foam Concentrate line Outside of HSD Tank T-201
140 PT-2310
PI-60023 (SH 2 OF 3) to HSD tank T-201 dyke
TCE.12106B-ME-6041- Foam solution line to Outside of HSD Tank T-204
141 PT-2315
PI-60023 (SH 2 of 3) ATF tank T-204 dyke
Note: PT Tags for MFM Skid are not covered in above list. Every MFM Skid has one number of PT.
DPT Details
Note: DPT Tags for MFM Skid (TLF & calibration Skid) are not covered in above list. Every MFM Skid
has one number of DPT across the strainer cum Air-eliminator.
1.0 IOCL shall provide the following details (if available) to the successful vendor:
1.1 Indicative Drawings and documents
i. Plan Layout
iii. Control room and any other room layout where automation work is to be performed.
iv. GA drawing and wiring details of PCC & MCC (During detailed engineering).
vii. Indicative cable route diagram, CCTV camera layout, Fire Alarm System layout, HCD
instruments layout, ACS layout, PT, DPT, MOV, DBBV, ROSOV, Bulk air eliminators, PA
paging system instrument layout, EPABX instrument layout, LAN works layout etc.
1.2 Nozzle for installation of TFMS equipments :
i. Above ground CR tanks – for Primary & Secondary Radar Gauges, MSTW, AOPS & Density
Probe installation.
ii. Above Ground FR & IFR tanks – Combined Gauge well – for Primary Radar Gauge, AOPS,
MSTW & Density Probe installation and still well for secondary Radar Gauge Installation.
iii. U/G Product tank with Radar gauge installation requirement – for Primary Radar (Still well
), Density Probe, MSTW & AOPS installation
iv. U/G Product tank & slop tanks with ATG installation requirement – Nozzle for ATG
installation.
vi. Day tanks of Fire Engines and DG sets – Bi-colour magnetic flap type level gauge with
transmitter.
vii. Day tank and Mother tanks of Foam System- Bi-colour magnetic flap type level gauge with
transmitter.
Note: Nozzle for MSTW and multi point Density Probe shall be provided in central hatch for
CRVT.
iii. Suction and Discharge of TLF & TWD product pumps in pump house
Note: IOCL shall provide tapping (1/2 inch NPTF) without SS isolation ball valve.
Note: IOCL shall provide tapping (1/2 inch NPTF) without SS isolation ball valve.
iii. Across strainer in Ethanol and B-100 receipt header and discharge line.
Note: IOCL shall provide tapping (1/2 inch NPTF) without SS isolation ball valve.
1.6 Nozzle/ wall for installation of Level Switches ( Displacer type – for low & High level alarms
and its interlocks) at :
i. Hooking up of Bulk Air Eliminator (BAE) on TLF and TW header line. (IOCL shall erect the
piping up to both end of the BAE. Vendor to submit the flange to flange dimension of the
offered BAE. Required civil foundation along with structural support required for mounting
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 159
IOCL SCOPE OF WORK
of BAE is in the vendor’s scope and vendor to submit the detailed foundation drawing to
IOCL prior to start of construction work.)
ii. Drainage line from respective Bulk Air Eliminator to UG tank or any other area
iii. Piping works from TLF header line up to inlet of metering assembly along with ball valve
and reducer (if required) for both Main & Blend product.
iv. Piping works from Additive tanks to TLF header along with return line from TLF header to
additive tanks. Piping work from TLF header to near additive block with isolation valve.
Subsequent SS tubing in inlet of additive block and additive block outlet to metering skid
shall be in TAS vendor scope.
v. Piping works from Vapour Recovery Unit (VRU) to TLF header line upto inlet of metering
assembly along with ball valve and reducer (if required) for MS.
vi. Piping works from TW header line up to inlet of metering assembly along with ball valve
and reducer (if required) for Main product.
vii. Piping works from SKO receipt header to Blue dye dosing skid for SKO inlet to Blue Dye
tank for dilution and b) outlet from Blue dye skid to individual SKO tank receipt line for
dosing.
1.8 Potential free/ Auxilary contacts/ Serial Interface for integration of free issued items :
i. ROSOVs
ii. DBBVs
iii. MOVs
iv. HVLR (Power ON, Fault, MOV opened / Closed Status)
v. Fire Engines
vi. DG set
vii. PA paging & plant communication System (if free issue items)
viii. Jockey pumps
ix. Foam pumps
x. Product pumps
xi. Bore well (if free issue items)
xii. Additive & Blue Dye dosing pumps and agitators (if free issue items)
xiii. Ethanol blending Pumps
xiv. Submersible pumps for U/G tanks
xv. Tank Lorry Decantation pumps
xvi. Sludge pumps
xvii. PMCC panels for Power ESD
xviii. VRU panel
xix. VFD PLC (Serial Interface/TCP IP)
xx. Effluent treatment plant Panel (At field)
xxi. Power Distribution board for MOVs (At field)
xxii. Panels in PMCC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 160
IOCL SCOPE OF WORK
1.9 The required termination detail, protocol document of the free issue item shall be shared to
the vendor during detail design engineering/execution of the project.
1.10 Feeder for raw power to Additive pumps, Blue dye pumps & Agitators in Main panel at PMCC
room and 3 nos. of feeders 415 V +10% AC in Emergency panel at PMCC room for taking supply
to UPS. Subsequent power distribution to Automation equipments along with power
distribution board shall be in the scope of the successful bidder.
1.11 PMCC panel shall be provided with potential free contacts (to take safety PLC output) to trip
all plant equipments except equipments connected through Emergency panel during power
ESD.
1.12 The input with respect to Loading/ Facility data like position of detectors for fire alarm
system, Earth pits, Safe filling height, reference height, Nozzle height for AOPS positioning,
Cable route layout , customized FDS Logic, Configuration parameters, equipment tags, etc
(which are location specific and necessarily needs user input) shall be provided during Design
Engineering or as and when required during implementation stages.
1.13 Approx AOPS length based on GA drawing of all product tanks (Above ground and underground
tanks). GA drawing of product tank or Nozzle heights, Reference heights and Safe filling
heights of product tank for calculation of AOPS, MSTW lengths during detailed Engineering.
1.14 Reference heights and Safe filling heights, Level Alarm set points for Hi, HiHi, HiHiHi, Lo,
LoLo, minimum Stock Level (MSL) for product and water tanks as applicable during design
Engineering.
1.15 Cable entry details of actuators of ROSOVs, DBBVs and MOVs of all kind which has to be
integrated with TAS.
1.16 Air-conditioning in Control room with proper lighting arrangement.
1.17 SAP connectivity at Control room for SAP-TAS interface, SAP-TFMS interface.
1.18 Invoice PCs in invoice room/ lock shed.
1.19 Platform for mounting of Blue Dye Dosing Skid, Additive Dosing Skid.
1.20 SIM card for GSM modem/ WI–FI connection shall be provided.
1.21 Main Cable trays for laying of automation cable in the main cable route. Main cable route
includes cable tray below Control room mezzanine floor, Control room to TLF gantry, Control
room to pump house, Control room to PMCC building, Control room to Tank farm. All other
cable tray to be laid by TAS Vendor.
1.22 All the above mentioned main cable route shall be as shown in the cable route diagram.
1.23 Main cable route can be above ground or RCC cable trenches.
1.24 Catwalk along with support inside tank dyke and pump house to respective ROSOV, MOV &
DBBV for laying of cable tray along the catwalk.
1.25 VRU panel in Control room along with required protocol document / potential free contact
details for integration of VRU system with TAS – for Automatic Starting/ Stopping of vapour
recovery pump (s) based on pump demand for MS with or without additive & blends, ESD input
from VRU panel, ESD output to VRU panel, VRU pump running status and % MS recovered from
the VRU unit etc.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 161
IOCL SCOPE OF WORK
1.26 Power cabling of all free issue items like MOV, DBBV, ROSOV, HVLR, foam pumps, jockey
pumps, borewell, pumps etc which are to be integrated with TAS.
1.27 Master Control Stations for integration of MOVs and DBBVs with TAS shall be provided by IOCL.
Power cable for Master Control Station to be provided by the TAS vendor.
1.28 Firewall device between IOCL LAN and TAS LAN including required number of static IPs.
1.29 Router and SAP PCs for establishing IOCL Intranet connectivity.
1.30 After installation of loading arms at one bay, if possible IOCL shall arrange Tank Truck for
cross checking the bay for operation of loading arms of both the loading points before
replicating the installation of loading arm in other bays.
1.31 Operation of Fire engines and jockey pumps with pressure switch in local mode. Pressure
switch shall be supplied by Mechanical Vendor.
1.32 Platform and shed for mounting of turnstile at security entry/exit gates, license area
entry/exit gates, entry to tank farm or wherever provided as per tender document.
1.33 Glass window in invoice room for LED display installed for displaying list of TTs whose invoice
is generated.
1.34 Mass flow meter along with Bio-diesel blending skid required, if any.
1.35 RON booster dosing skid required, if any.
1.36 PA paging system for Auto announcement with facility of recording of messages as per
requirement.
1.37 Local control (start/stop) facility for Calibration Pump at Calibration Tower.
Note: If any items which is in scope of IOCL , if leads to delay in TAS work front, TAS vendor may
carry out the job on behalf of IOCL with prior approval, Separate Payment shall be done by IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 162
VENDOR SCOPE OF WORK
1.0 GENERAL
1.1 The scope of work to be read in conjunction with BOQ, Functional design requirement (FDR),
Special terms and conditions, specifications, OISD 244, statutory norms and relevant clauses
of the tender document.
1.2 The scope of work includes complete automation of Receipt, Storage and dispatch operations
carried out in a Petroleum Installation including safety measures and interlocks.
1.3 The job includes, Design, Engineering, Supply, Installation, integration, testing and
commissioning of all the required hardware, software, logic & GUI development as per FDR for
complete Terminal Automation System comprising of:
1.4 All the offered equipments and systems must have proven track record (PTR) of operating
satisfactory in Refinery/ Petrochemical/POL plants. Necessary documentary proof, clients list
etc. to be submitted if sought by IOCL.
1.5 The vendor shall be fully responsible for proper selection of equipments, design engineering,
performance and successful operation of the complete system meeting the Functional &
Technical requirements of the tender document.
1.6 All the devices and equipments provided by vendor shall be suitable for 24x7 operations.
1.7 It is presumed that the Automation Vendor being the domain expert in the field of Terminal
Automation is capable enough to select the best equipments & can provide best of detailed
Engineering in all respect in line with the contractual scope & specification. Hence, there is
no need to submit datasheets/designs for approval. However, all the documents (viz
datasheets / detail engg / SW logic / System configuration etc) in compliance with the Work
Order need to be submitted to IOCL for information only unless IOCL comes out with specific
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 163
VENDOR SCOPE OF WORK
recommendations and requirements under the purview of the contractual scope. A copy of
submitted drawings can be acknowledged by the IOCL site representative.
1.8 The operational requirements as specified in the tender might undergo revisions during
detailed Design Engineering. The vendor must ensure that the offered system software has the
capability and flexibility to take care of these revisions e.g. product changed, bays changed,
product codes changed etc. Provision for master edit /configuration facility for above should
be available in the offered software package.
1.9 Vendor will submit the deliverables requirement to IOCL well in advance during kick off
meeting. IOCL will in turn ensure assigning desired responsibility matrix for facilitating the
genuine requirements and execution of the project.
1.10 Structural Steel (Mild Steel) required for mounting of equipments, JBs etc are included in the
item rate of individual equipment and no separate payment for the same shall be made.
1.11 All special tools & test equipments, spares, consumables required for installation, testing,
calibration and commissioning of the system is to be arranged by the vendor.
1.12 All materials including DG Sets, switchgears, cables, lighting towers and fixtures, structural
steel, consumables, testing appliances, tools and tackles necessary for completing the work
shall be procured/ arranged & supplied by the Contractor at his own cost unless otherwise
specified in the tender document. No claim/ delay on this account will be entertained by the
Corporation.
1.13 All commissioning and start-up spares required up to commissioning, system acceptance and
handing over of the system to the owner shall be in the vendor’s scope.
1.14 Packing, forwarding, transportation, custom clearance, insurance, storage etc. of the terminal
automation system/equipments.
1.15 Vendor shall have the required approval/ license from Department of Legal Metrology for
carrying of Repairing/Maintenance/ Servicing of Metering Equipment for custody transfer as
per guidelines from Department of Legal Metrology.
1.16 Completion of As-built drawings/documents as per the execution of work at site and submission
to IOCL before handing over of the complete system to IOCL.
1.17 Maintenance of all the Automation equipments, hardware & software as supplied by the vendor
shall be in the scope of the vendor throughout the commissioning, warranty and CAMC period.
1.18 Maintenance of following free issued items ROSOVs, MOVs, DBBVs, HVLRs, Fire fighting
equipments, DG sets, Vapour recovery System, product & fire water pumps, foam pumps, PA
paging System, MCC/PMCC panels as applicable which are to be integrated with Automation
System shall be done by IOCL if not specifically mentioned in the tender document or BOQ.
However, hardware / software supplied for integration of the above mentioned free issued
items shall be maintained by the vendor.
Note: All the flanges supplied are to be WNRF (Weld Neck Raised Face) Flange. SORF flanges are
not accepted.
2.1.1 Supply, installation, integration, testing and commissioning of TLF metering instruments like
Strainer cum Air Eliminator, Differential Pressure transmitters across the strainer, ON-OFF
valves, Additive injection block, Meter proving valve manifold, Temperature Transmitter
along with RTD & Thermo well, Mass Flow meter, Pressure Transmitter, Digital Control Valve
(DCV), Thermal Relief valves, Ethanol Blending system, Isolation ball valve, Top & Bottom
loading arm, parking stand post with dummy API adaptor & Position Sensor for each bottom
loading & vapour recovery arms, etc as per Design Engineering, GA drawing, Functional Design
Requirement, Tender specifications and BOQ complete in all respects.
Note: ON-OFF valve is to be installed just before the DCV as per GA drawing. The valve is to be
connected to safety PLC for its operation as per FDR. Provision shall be there in the TAS for
opening and closing of the ON-OFF valve remotely from TAS GUI for testing purpose.
2.1.3 Supply and configuration of proximity cards in TAS database so that the permanent proximity
cards can be linked to respective tank truck in line with the requirements stated in the FDR.
2.1.4 Supply, fabrication, welding, laying, testing of required MS pipes (Min schedule 40 or higher
if required), bends, elbow, Tee, spool piece, WNRF flanges, SS spiral gasket, SS nuts & bolts,
studs, copper flat jumpers, structural support etc for metering assembly and between
metering assembly, loading arm and TLF Header.
2.1.5 Supply, installation, integration, testing and commissioning of Flameproof local and plant
ESD push button stations at each battery ( TLF shed comprising of 8 bays) of the TLF gantry
and other places as detailed in the BOQ and tender document.
2.1.6 Civil / Mechanical / Electrical works including fabrication and erection of support structures
for instruments, equipments, Junction Boxes, RIT, Driver Ack Push Button, Batch Controller,
MFM, Digital Control Valve, other valves, piping etc including the casting of foundation or
welding the support structure as per requirements for support wherever required.
2.1.7 Supply and installation of suitably designed pre-fabricated Metering Skid of Mild Steel
structure at respective loading point for mounting of complete Metering assembly of main
product, blend product and additive dosing system along with associated equipments as per
product configuration detailed in the tender document.
The skid is to be designed taking into account of inter changeability of metering equipment
with other reputed make with minimum modification by altering length of spool piece
whenever required.
All metering skid shall have the provision for installation of metering assembly for one main
product, one blend product and one additive. All unused opening of the metering line to be
blind flanged.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 165
VENDOR SCOPE OF WORK
In addition to above, entire cabling works from respective equipments in the skid up to
respective Power, Signal and Control JB within the skid are to be done and loop tested prior
to shipment of the skid to site. The cabling within skid are to be done in such a way that at
site only subsequent cabling from respective JBs to respective TLF JBs/ Control room
equipment are required to be done for integration and commissioning of the entire metering
and associated equipments.
Required FLP JBs, FLP double compression glands, Exd plugs, cables, cable trays with covers,
mounting structure, FLP isolators etc as per design Engineering are to be provided on the
Skid. Use of common JB for power, signal and control cables termination of respective cables
within skid or TLF gantry is not acceptable.
For bottom loading points, entire metering skid along with associated equipments are to be
installed at the bottom of the TLF gantry of respective loading point. The skid so designed
shall have dimensions which can be easily installed within the TLF gantry platform. The
dimension of the skid along with metering assembly and associated equipment shall be within
the clearance of 1.8 m width x 4.5 m length x maximum 2.5 m height from the bottom of the
platform. (Vendor needs to verify the same prior to start of fabrication work).
Two nos. of FLP Socket with cap shall be provided in the metering skid. One no. for providing
power supply to mobile master MFM & another for integration of Mobile Master MFM with TAS
for proving of main product MFM. The power supply to FLP socket shall be provided from
Automation UPS.
For MS loading points, additional two nos. of FLP socket to be considered for blend product
MFM.
Each Metering skid is to be provided with Pressure Transmitter after MFM as per schematic
drawing attached in the tender document.
Additionally, one metering skid of each product is to be provided with two additional pressure
transmitters at the inlet and outlet of the metering skid as shown in the schematic drawing
attached in the tender document.
The skid shall be protected from unauthorized access to the metering assembly by providing
detachable fencing or by providing suitable sized cage around the skid with locking
arrangement.
The cage/ fencing should be rugged and modular in design for ease of maintenance and proper
size opening to be provided for connecting product pipeline with the skid at the inlet and
outlet of the metering assembly.
All the equipments, JBs, cable trays, interconnecting cables, glands etc as stated above
to be installed and loop tested at factory before despatch to site.
The skid to be designed and fabricated by the party taking into consideration of all the
equipment sizing, space available for mounting of the skid at the bottom & top of the gantry,
ease of carrying out maintenance activities etc.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 166
VENDOR SCOPE OF WORK
The design engineering along with drawing, weight calculation of individual metering skid
excluding equipments is to be submitted to IOCL prior to taking up fabrication job for review
purpose.
2.1.8 The entire metering skid to be powder coated after surface preparation and colour band to
be provided on loading arm & product piping as per IS code of the base product tabulated
below:
PRODUCT COLOUR ISCODE NO.
MS 91 BS VI DEEP ORANGE 591
MS 95 BS VI SIGNAL RED 537
ETHANOL DARK VIOLET 796
HSD BS VI OXFORD BLUE 105
SKO GOLDEN YELLOW 356
Navy HSD, HF HSD OXFORD BLUE 105
FO, LDO ALUMINIUM/OFF WHITE ---
NAPHTHA DARK BROWN 412
BIO DIESEL TURQUOISE BLUE 102
ATF (JET-A1) GREY 632
2.1.9 TRV along with isolation valves to be provided between the blocked portions of the product
line.
In case of Bottom loading arm, TRV shall be provided in between bottom loading arm and
first isolation valve in upstream and shall be installed near to isolation valve.
The outlet of TRV along with isolation valve shall be connected to main product line between
ON-OFF valve and MFM as shown in TLF loading drawing.
2.1.10 Supply, installation, testing and commissioning of Industrial grade Layer 2 Managed Ethernet
switches at TLF gantry inside FLP junction boxes along with LIU, power supply, OFC
components etc for establishing communication of respective BCUs with DCS over TCP IP link.
The Ethernet switch to be connected to DCS over OFC link and the switches shall have at
least 20 percent spare active ports.
2.1.11 The communication between BCU and TAS has been detailed in the specification of the BCU.
In addition to above, the BCU to be hardwired to Safety PLC for ESD input and to DCS for
pump demand generation for automatic Start/Stop and sequencing of TLF pumps.
2.1.12 Card reader at TLF gantry can be connected to BCU directly over Serial interface.
2.1.13 Earthing Relay/Grounding units, Rack Monitor and Proximity Card Reader station along with
accessories to be provided at each bay.
2.1.14 The TCP IP output of Rack monitors and Mass Flow meters of each loading point are to be
connected to DCS for status and interlock development as detailed in tender document in
addition to their interface with BCU.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 167
VENDOR SCOPE OF WORK
2.1.15 Each metering skid shall have meter proving manifold for online calibration of the mass flow
meters (Main and Blend product) at respective loading points.
2.1.16 Supply of trolley mounted Mobile Master Meter Skid comprising of Master MFM, Master
temperature transmitter, RTD, thermo well and other accessories for online calibration of
main and blend product MFMs and Temperature transmitters. Master Temperature
transmitter shall be connected to Master MFM.
2.1.17 The output of Master MFM provided on mobile skid is to be transmitted to Control room so
that Master MFM readings are available in OIC during calibration. Vendor has to supply and
install FLP socket on each metering skid for connecting Master MFM to Control room for both
main and blend product. FLP Plug to be provided in Master MFM to connect it to the FLP
socket for signal interface. Separate GUI to be provided in OIC for calibration with Master
MFM readings for both main and blend products.
2.1.18 Supply of skid mounted mobile Prover tank along with accessories for calibration of main and
blend product meters. The prime mover required for positioning the prover tank at respective
loading point and shifting of loaded prover tank to respective unloading point near TLF gantry
shall be arranged by the bidder during commissioning, warranty and CAMC period at no
additional cost to IOCL. Penalty clause assuming downtime of the loading bay shall be
applicable in case there is delay in arranging prime mover by the vendor within 48 hours from
the time of intimation/requirement.
2.1.19 Proving and W&M stamping of all MFMs, Prover tanks, additive injection meter, turbine flow
meter etc (as applicable) and calibration of Master meter to be carried out as detailed in
special terms and conditions of the contract.
2.2 Header Line Instruments:
2.2.1 Supply, installation, testing and commissioning of Bulk air eliminator along with accessories
to be provided on each main product header line of TLF gantry. The job includes making
required foundation and support for mounting of the bulk air eliminator.
2.3.1 Supply, installation, integration, testing and commissioning of barrier gate, proximity reader,
LED display board (bilingual) in Tank truck Parking area entry/exit gate.
2.4 Tank Truck Reporting System:
2.4.1 Supply, installation, integration, testing and commissioning of 2 nos. of CCTV camera for TT
registration number recognition, 2 nos. of proximity card readers & 2 nos. redundant LED
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 168
VENDOR SCOPE OF WORK
display board (bilingual) at Security Gate/ TT parking area for TT reporting, TT queue
generation and subsequent reporting to SAP as per SAP-TAS TT planning protocol.
2.4.2 TT reporting shall be done as per the latest TT reporting philosophy attached in the tender
document.
2.4.3 Supply, installation, integration, testing and commissioning of 15 lines LED Bay Queue Display
board along with annunciation system, structural support and accessories at TT parking area/
S&D building for status display and annunciation of the TTs as per FDR.
2.4.4 Supply, installation, integration, testing and commissioning of LED display along with
accessories, hardware, software, converters etc at Driver’s Rest Room for repeat display of
the messages of 15 lines BQD. The job includes supply and installation of lockable ceiling/wall
mounting enclosure as per site requirement for mounting of the LED display screen complete
in all respect.
2.5 Photo Pass Management System (PPMS):
2.5.1 Supply, installation, integration, testing and commissioning of two nos. of CCTV camera,
Redundant Server & one workstation with software for photo pass generation, one colour
Printer and one Scanner for uploading of statutory documents. Vendor can supply Colour
printer cum scanner also.
2.5.2 PPMS shall be used for validation and generation of Photo pass with a Time stamp as per the
philosophy attached in the tender document.
2.6 Vehicle Entry/Exit System at Main security gate:
2.6.1 Supply, installation, integration, testing and commissioning of One number of RFID reader, and
One Barrier gate with infrared sensor at each main entry/exit gate for vehicles other than tank
truck.
2.6.2 RFID readers at entry/exit gate is for identification of vehicles fitted with RFID tags and
providing access to authorized vehicles inside the location.
2.7 Tank Truck Entry System at gate near Security Block-B:
2.7.1 Supply, installation, integration, testing and commissioning of One CCTV camera for TT
registration number recognition, One CCTV camera for TT driver identification, One CCTV
camera for helper identification, One Proximity card reader, One LED display (bilingual) and
One Barrier gate with infrared sensor at each entry lane from TT parking area near security
Block-B.
2.7.2 Tank Truck Entry System at security/main gate is for capturing of physical reporting of TTs
along with authorized TT crew.
2.7.3 Functioning of Tank Truck entry system shall be as per the philosophy attached in the tender
document.
2.8 Tank Truck Entry/Exit System at License area gate:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 169
VENDOR SCOPE OF WORK
2.8.1 Supply, installation, integration, testing and commissioning of Barrier gates along with
redundant PCR & redundant coloured LED display boards at each entry lane to License Area.
2.8.2 Supply, installation, integration, testing and commissioning of Barrier gates along with 1 no.
of PCR at each exit lane of License area.
2.8.3 Supply, installation, integration, testing and commissioning of minimum 55” LED display along
with accessories, hardware, software, converters etc near Invoice/ lock shed room for
displaying the TT registration no. of TTs whose invoice has been generated and TT is inside
license area. The job also includes supply and installation of lockable ceiling/ wall mounting
enclosure with canopy/ shed as per site requirement for mounting of the LED display screen
complete in all respects.
2.9 Tank Truck Exit System at Security main gate:
2.9.1 Supply, installation, integration, testing and commissioning of One CCTV camera for TT
registration number recognition, One CCTV camera for TT driver identification, One CCTV
camera for helper identification, One Proximity card reader, One LED display (bilingual) and
One Barrier gate with infrared sensor at security/main exit Gate.
2.9.2 Tank Truck Exit System at security/main gate is for capturing of physical reporting of TTs
along with authorized TT crew.
2.9.3 Functioning of Tank Truck exit system shall be as per the philosophy attached in the tender
document.
2.9.4 TT reporting, TT entry/exit and PPMS can be a part of TAS Software or it can be independent
software integrated with TAS. This is up to the vendor’s discretion.
(AOPS), Tank Side Indicators (TSI), Redundant Communication Interface Unit (CIU), TFMS
server, Work station along with accessories, cables, JBs, cable trays, structural supports,
licensed TFMS software for Server and client workstation, SAP- TFMS interface etc. complete
in all respective meeting the Technical specification, typical TFMS Architecture Drawing and
Functional Design Requirements.
4.2 Separate run of main cable to be used for Primary and Secondary Radar Gauges of product
tanks from control room to Field Junction Box.
4.3 Each above ground product tanks to be provided with Primary Radar Gauge, Secondary Radar
Gauge, MSTW, AOPS, Density probe and TSI (Tank Side Indicator) for both primary & Secondary
Radar Gauges.
Note: 1) SS counterflange and SS nut bolt to be supplied for mounting and installation of
radar gauges
4.4 Each above ground water & sludge tanks to be provided with Primary Radar Gauge and TSI.
4.5 Each underground product tanks to be provided with Primary Radar Gauge, MSTW, AOPS, TSI
and Density probe or ATG probe as per BoQ.
4.6 The above ground product, water and sludge tank are to be provided with a local display at
the tank top.
4.7 The Tank farm Management System Server along with TFMS OEM software to be provided and
shall function independent of the TAS-Management Server (TAS-MS) & DCS while allowing all
data required by TAS-MS/DCS to be accessed over communication link.
4.8 The output of density probe to be connected to respective Radar Gauge/ TSI/HUB or to TAS
DCS.
4.9 The output of AOPS and the relay outputs of Primary & Secondary Radar Gauges of product
tanks are to be hardwired to Safety PLC.
4.10 TFMS data along with density data as sensed by density probe to be interfaced with SAP as per
SAP-TFMS protocol through TAS-MS only.
4.11 Supply, installation, integration, testing and commissioning of Level switches along with
accessories & mounting structure on underground sump tanks of static water, service water
etc.
The level switches are to be interfaced with TAS for low level & high level alarms and its
interlock development related to Start/Stop of respective pumps/borewell and
opening/closing of respective line SOVs/MOVs as detailed in tender document/ site
requirement.
4.12 Supply, installation, integration, testing and commissioning of Radar Level transmitter and TSI
along with accessories & mounting structure on Blue dye tanks and Additive tanks.
4.13 Supply, installation, integration, testing and commissioning of ATG combo probe along with
accessories & mounting structure on for slop oil tank.
4.14 Supply, installation, integration, testing and commissioning of Bi-colour magnetic flap type
level gauges with transmitter along with accessories & mounting structure on Foam Mother
tanks, Foam daughter tanks, Overhead HSD day tanks for DG sets & Fire engines.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 171
VENDOR SCOPE OF WORK
4.15 Supply, installation, integration, testing and commissioning of Turbine flow meter with
transmitter along with Totalizer , accessories & mounting structure for consumption to pipeline
Division.
4.16 The level transmitter are to be interfaced with TAS for level measurement, low & high level
alarms and its interlock development related to Start/Stop of respective pumps and
opening/closing of respective line MOVs/ SOVs as detailed in tender document/ site
requirement.
4.17 The job for external modifications (Hot and cold work) required on tank’s manhole cover plate
and blind flange plate for installation of Radar Gauges, MSTW, AOPS, Density Probe, TSI, level
switches, level transmitters etc along with all accessories is included in the respective item
rates and no separate payment shall be made for the same.
4.18 All power, control, Signal, earthing cabling and communication cables, JBs, cable trays,
supports, glands etc required for TFM system and its interface with TAS and DCS are in vendor’s
scope. The job also includes cabling and integration of the relay outputs of respective gauges/
field equipment’s with DCS / TAS, logic development as per FDR and tender document.
4.19 HMI shall have provision for proof testing of radar gauge relay output. Proof test for Radar
Relay contact can be tested from control room through OEM software installed in any of the
client machine and cause and effect can be observed through graphics.
4.20 Provision to be made for Radar gauge SIL relay proof Test:
a) Proof test can be done only when tank is in dormant mode. Proof testing of all primary and
secondary radar gauges installed at location to be carried out on half yearly/yearly
basis(configurable) to maintain the SIL rating of system/loop as per SIL reports of the system.
b) Authorized User need to login to TAS software with proper credentials to do proof testing.
c) Necessary precaution should be taken prior to proof testing is started.
d) Once proof test command is initiated, the Radar gauge would simulate alarm conditions,
and activate the SIL relay.
e) Once HH alarm is logged in system, Proof test will be disabled automatically stating “Proof
test successful and auto disabled”.
f) In case HH alarm is not generated and logged till day end, Proof test will be automatically
disabled at Day end and alarm will be logged “Proof test unsuccessful and auto disabled at day
end”
g) In case HH alarm is not generated and logged and proof test button is disabled manually by
operator, an alarm will be logged “Proof test unsuccessful and disabled manually by operator
action”
h) Proof test can be stopped from TAS software or it would automatically be terminated once
the testing duration is over.
in dormant mode. After Pressing Enable button, proof test can be carried out. Button will
disable automatically if proof test is successfully carried out.
d. Once proof test is enabled, test can be initiated by TAS software. During proof test, HHH
alarm shall be generated and event/alarm will be logged.
e. Once HHH alarm is logged in system, Proof test will be disabled automatically stating “Proof
test successful and Auto disabled”.
f. In case HHH alarm is not generated and logged till day end, Proof test will be automatically
disabled at Day end and alarm will be logged “Proof test unsuccessful and auto disabled at day
end”
g. In case HHH alarm is not generated and logged and proof test button is disabled manually
by operator, an alarm will be logged “Proof test unsuccessful and disabled manually by
Operator action”
h. System reports to be made available for Proof test with user, time and date stamp. HHH
alarm generated from device during Proof test mode to be recorded and made part of proof
test report.
Separate report (Proof testing report) should be available in the System and saved as part of
Audit reports for HH & HHH with user, time and date stamp. Automatic popups to be generated
for prompting user based on the last date of testing done for altering user.
5.8 During Power ESD, system shall hold last updated status & data of all the TAS equipments and
this status & data shall be made available in TAS GUI. GUI shall differentiate the real time data
& status with the last hold data & status. Once the ESD condition gets reset, system shall
restore all the real time data & status automatically.
Note: In case MCS are free issued items, then IOCL shall arrange OEMs visit for the first time
configuration and testing. If subsequent visits of OEM are required, the same has to be arranged
by the TAS vendor at no extra cost to IOCL.
6.6 Supply, installation, integration, testing and commissioning of Solenoid operated Valves (SOVs)
at the inlet of Foam daughter tanks, day tanks of HSD for DG sets and Fire Engines along with
manual bypass arrangement as detailed in the tender document.
6.7 All MOVs and SOVs installed at critical locations used for firefighting like Fire hydrant line,
Foam line, Sprinkler & Foam pourer line, Fire water and Service water lines, Borewells, day
tanks of HSD for Fire Engines & DG sets, Mother tanks, daughter tanks and day tanks of foam
system, and fire hydrant and foam line manifold etc shall not be linked with ESD so that the
same can be operated even in emergency conditions.
6.8 Supply and installation of cable glands and reducers for all cable of complete ROSOVs, DBBVs
and MOVs. Vendor to note that the cable glands and reducers are to be procured considering
the cable entry size and type of cable to be used. Cable entry size shall be provided by IOCL
to the successful bidder as and when actuator makes and model no. is confirmed. Vendor shall
provide cable gland and reducer for control & signal cables only.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 174
VENDOR SCOPE OF WORK
6.9 Supply, laying, glanding, ferruling and termination of Signal and Control cables along with
accessories like FLP JB, glands, reducers, plugs, cable trays, mounting structure, civil and
mechanical work etc for integration of ROSOVs, DBBVs, MOVs, SOVs, Master Control Station
and LPBS with TAS as per cabling philosophy mentioned in the tender document.
6.10 Required signal interface, logics, interlocks, software & GUI development for operation of
ROSOVs, DBBVs, MOVs, SOVs etc as per Functional Design Requirements and tender document
is in the scope of the vendor.
6.11 Supply, installation, integration, testing and commissioning of Ex-proof and weather proof
Hooter cum Beacons near tank dyke wall for Audio Visual alarms in field whenever the MOVs
installed at Dyke drain and water draw off line of product tank is not fully closed. One no. of
Hooter cum Beacon is to be provided for each tank dyke drain valve dyke. On acknowledgement
of alarm from control room, hooter shall stop blowing however beacon shall continue to glow
till alarm condition has been normalized.
studies for oil Installations across the globe, using standard licensed software as a part of
Quantitive Research Analysis (QRA) for selection of type of detectors and correct positioning
of the detectors as detailed in the tender document.
9.2 Supply, installation, integration, calibration, testing and commissioning of Point type & Open
path type Hydrocarbon Vapour detectors along with portable calibrator, accessories and to be
interfaced with TAS for alarms and % LEL indications of hydrocarbon vapour in OICs. The job
also includes periodic calibration of the detectors throughout the CAMC period as detailed in
the tender document. HC detectors quantity to be provided as per DMA results.
9.3 It shall be the responsibility of the vendor to demonstrate the proper functioning of the HCD
at site. The detector should detect the presence of MS/ hydrocarbon vapours around the area
where the detectors have been installed by physically positioning a fixed qty of MS liquid (3-5
litres) in open tray/container and generate alarms accordingly.
9.4 Supply, installation, integration, testing and commissioning of Ex-proof and weather proof
Hooter cum Beacons along with accessories and structural supports near each tank dyke wall,
pump house, VRU, ETP and other areas where detectors are installed for Audio Visual alarms
in field. On acknowledgement of alarm from control room, hooter shall stop blowing, however
beacon shall continue to glow till alarm condition has been normalized.
9.5 Supply of portable Hydrocarbon Vapour detector along with accessories and the same to be
calibrated periodically as detailed in the tender document.
9.6 Required signal interface, logics, interlocks, software & GUI development of Hydrocarbon
Vapour Detection System as per Functional Design Requirements and tender document is in the
scope of the vendor.
13.3 CCTV system shall be interfaced with TAS for critical inputs from TAS like ESD, product Tank
HiHi and HiHiHi alarms etc. On receipt of such alarms from TAS, CCTV system shall position
the respective PTZ cameras to pre-defined positions.
13.4 Ladders if required for installation, maintenance, testing and commissioning of the system are
to be arranged by the vendor.
13.5 Supply, laying, glanding, ferruling and termination of power, OFC and CAT 6 cables, OFC
components, media converters, LIUs, patch cords, pigtails, connectors etc along with
accessories like FLP JBs, Explosion proof housing for mounting of field components, glands,
plugs, cable trays, HDPE pipes, mounting structure, civil and mechanical work etc for complete
CCTV system and its interface with TAS as detailed in tender document. Cable shall be laid
three meter away from the boundary wall as extant as possible towards.
Required signal interface, logics, interlocks, software & GUI development of Blue dye dosing
system as per Functional Design Requirements and tender document is in the scope of the
vendor.
16.2 Integration of Bio diesel pumps, tank farm instruments, valves etc required for Bio diesel
blending.
16.3 Integration of PDBs of MOVs and feeder in PMCC as detailed in FDR and tender document.
16.4 Supply, installation, integration, testing and commissioning of Automatic Wailing Siren along
with controller and accessories complete in all respect. Provision shall be there to operate the
siren locally as well as from Control Room/ OIC. The Siren shall also blow automatically incase
of MCP/BGU/ESD activation as detailed in FDR and tender document.
Siren code to be adopted as per PNGRB guidelines, conveyed during the project execution.
16.5 Supply, installation, integration testing and commissioning of smart Pressure transmitter with
inbuilt display unit at suction and discharge line of product pumps, Foam line header, Foam
pump discharge line, Fire hydrant header line, Fire hydrant network loop, Foam network line,
product header line of TLF, Pipeline header from pipelines division in exchange pit, Jockey
Pump & Fire Pump discharge header TWL & TWD etc.
16.6 Supply, installation, integration, testing and commissioning of smart differential pressure
transmitter with inbuilt display unit across strainer of product pumps of TLF, across strainer in
fire pump house, strainer in Ethanol & B-100 receipt header and discharge line TWL & TW
unloading. The system should generate alarm for cleaning of the strainer in case strainer is
choked by 50% or more.
Note: 1.Single make of Remote seal type DPT and other DPTs to be supplied.
16.7 Supply, installation, integration, testing and commissioning of Rodent Repellant System for
Control Room, Security room, Admin building S&D room & Invoice room as per tender document
and BOQ.
16.8 Supply, laying, glanding, ferruling and termination of control and signal cables for integration
of free issued DG sets, and PA Paging system along with GUI developments, logics and interlocks
complete in all respect as per FDR and tender document.
16.9 Integration of Vapour Recovery Unit system with TAS along with signal interface, logics,
interlocks & GUI development for sharing of following signals :
16.9.1 From TAS to VRU :
● Pump demand of MS loading points of TLF for automatic Start/Stop of vapour recovery
pump(s)
● ESD output to VRU panel
16.9.2 From VRU to TAS:
● ESD input from VRU panel
● %MS recovered from the VRU panel.
● Pump running
● Fault
16.10 Supply, laying, glanding, ferruling and termination of Control & signal/ CAT6/Optical fiber
cables along with accessories like FLP JBs, glands, plugs, cable trays, OFC components,
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 179
VENDOR SCOPE OF WORK
mounting structure, civil and mechanical work etc for integration of VRU system with TAS over
Serial/TCP IP communication.
Safety system shall communicate with DCS for execution of inter-dependent interlocks.
17.3 All programming software for modification/ Configuration of both DCS and Safety PLCs to be
made available on common Engineering Work Station (EWS).
17.4 Supply, installation, configuration, integration, testing and commissioning of control room
equipments like TAS-Management Server (TAS-MS), TFMS servers, TFMS Workstations, CIUs,
OICs, OIC for Alarm annunciation, OIC for Firefighting system, TTES, Engineering Work Station,
LAN Switches, Terminal Servers, Networking components, Access Control Server, CCTV Servers,
CCTV client workstations, CCTV Display screens, LED display screens for TAS Critical Alarms,
Hooter, Printers, GSM Modem etc along with mounting panels, consoles, stands, structural
supports, associated hardware and software complete as per Design Engineering, System
Architecture, FDR, BOQ and tender document.
17.5 Design, Supply, Installation, Configuration, Testing & Commissioning of Complete Terminal
Automation Software for integrated Distributed Control System including required software
and GUI for TAS Management Server, Operator Interface Control Work stations, fire fighting
OIC, Alarm display and annunciation OIC, Engineering Work Stations (for safety PLC & DCS),
Web Server along with OS, Anti-virus, SQL, oracle, RDBMS (license copy), dongle/key, licenses,
media, documentation complete as per specifications and tender documents meeting the
requirement of complete Terminal Automation System.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 180
VENDOR SCOPE OF WORK
17.6 TAS software shall be interfaced with following but not limited to major sub-systems /
equipments alongwith GUI development for monitoring, logging, reporting and Controls-
Interlocks etc as per specification and tender document.
✔ Safety PLC
✔ TLF Automation System (TT reporting, registration & entry system, TT Queuing, FAN
generation, Bay allocation, Additive Dosing system, Ethanol blending System, Interface
with TLF equipments like BCU, MFM, Barrier Gates, Bay Queue Display, Bay allocation
Display, Invoice generated display, rack monitors, Proximity card readers etc)
✔ Tank Wagon Loading System (Rake reporting, Rake registration, Tank Wagon Loading
Advice note, Loading sequence, Dispatch of Rake, TW metering system etc)
✔ Tank Wagon unloading Automation System
✔ Tank Lorry Decantation System
✔ TT calibration System
✔ Bio-Diesel Blending System
✔ RON booster blending system
✔ Valve Automation System (ROSOVs, MOVs, DBBV, MCS Interface, SOVs, etc)
✔ Tank Farm Management System ( TFMS Servers, Primary & Secondary Radar Gauging,
AOPS, Level transmitters, level switches, Density probes, MSTW, CIU etc)
✔ MCC, Pump, Borewell, DG Sets
✔ Plant communication system (PA paging, VHF system and their interface with TAS)
✔ VHF system integration for tracking of handsets.
✔ HC Detection System Interface
✔ Fire Fighting System, HVLR, Fire Alarm System Interface, Fire Engines, DG Sets, Jockey
pumps, Foam pumps, CFFS, Sprinkler & Fixed foam pourer System etc
✔ Vapour Recovery System
✔ Effluent treatment plant System
✔ CCTV systems
✔ Access Control System
✔ ESD System, Emergency panel, Power ESD, Local ESD, Wailing Sirens
✔ Pressure Transmitters
✔ UPS & Power distribution boards
✔ IOCL’s SRMS (Service request management system) portal
✔ Any other System, Sub-system, Third Party Interface devices etc as per scope of the
work order
17.7 Terminal Automation Software shall have provision for manual FAN generation without
disturbing communication from SAP.
17.8 Secured Wireless zone should be created in admin building and control room of the terminal,
using wireless access points by TAS vendor.
17.9 Terminal Automation system should have the feature of viewing terminal operations,
generation of alerts through push notifications in mobile, within the wireless zone and same
to be validated by a multi-level password end-to-end encrypted system.
17.10 Supply and installation of interface equipment required for integration of VHF sets with
IPABX/EPABX system is in the scope of vendor.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 181
VENDOR SCOPE OF WORK
17.11 Additionally, the interfaced VHF sets should be tracked as per specification given in the tender.
17.12 All OICs, Workstations, Servers other than that of CCTV, ACS & TFMS are to be connected to
both plant management and control LAN so that all the GUIs can be seen in all the PCs
irrespective of its nomenclature like TTES, OIC, EWS, TM PC etc.
17.13 Printers are to be connected to Plant Management LAN and to be configured to all PCs,
Workstation, TTES etc so that printout command can be issued from any of the Machine.
17.14 TAS-MS to be interfaced with SAP as per latest version of SAP-TAS, SAP-TFMS, TT planning and
other interfacing protocols, communication protocol over TCP/IP communication link via
firewall device.
17.15 Fault detection module software to be kept in the TAS Software which will be able to provide
system generated Down Time calculation for a stipulated period as detailed in tender
document.
17.16 Web server shall be provided for remote viewing of site parameters. It shall be interfaced with
IOCL network for providing site data to the users over intranet as detailed in tender document.
17.17 All the equipments of Control room, Security room, S&D room, Terminal Manager Room, invoice
room which includes TAS-MS, TFMS Server, TFMS client, OIC, EWS, Terminal Server, DCS, Safety
PLC, TTES etc shall be connected to Dual redundant LAN system and shall have redundancy in
communication link. There shall not be any single point failure in connectivity of equipments
over LAN.
17.18 System should have redundancy for critical communication links like Batch Controllers to DCS
interface; TFMS CIU / TFM Computer to TAS-MS/ DCS interface, DCS & Safety PLC to TAS-MS
interface, MCS to DCS interface etc to ensure availability of the system.
17.19 Providing support to IOCL for configuration, testing and commissioning of free issued Firewall
device between TAS LAN and IOCL LAN to minimize the risk of Cyber Threats and it must be
ensured that there is no direct path or communication between corporate network (IOCL LAN)
and automation network(TAS LAN) as detailed under Functional specification and Software
testing.
17.20 Supply, installation, testing and commissioning of OIC along with LED display screen (wall
mounted) & hooter (connected to DCS) for critical alarm display and annunciation with
provision to acknowledge the alarms.
17.21 Supply, installation, testing and commissioning of fire fighting OIC along with LED display
screen (wall mounted).
17.22 All the critical alarms are to be configured in the system and display only active alarms. Active
alarms should blink if not Ack, Steady if acknowledged & alarm conditions persists and Auto
clear if Alarm condition is cleared & acknowledged.
17.23 Supply, Installation, Integration, Maintenance and Operationalization of the NMS System
covering Network Devices operational in Terminal Automation System.
17.24 The Offered Network Management Solution (NMS) solution should support at least the
following.
● All the proposed NMS Components should be from single vendor.
● NMS Software should support Graphical view up to port level for the all the devices.
● Discovery of Network Elements.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 182
VENDOR SCOPE OF WORK
● Real time Traffic monitoring of Network Links and Devices with Historical reports for
various periods.
● Management of SNMPv1, SNMPv2, SNMPv3 & MIB etc.
● Configuration of thresholds for Generating alarms.
● Configuration of alarm actions (visual, audible, email, sms etc.) for each
Network element.
● Should be able to provide secured windows based consoles / secured web based
consoles for accessibility to NMS.
● Should have web browser interface with user name and Password Authentication.
● Administrator/ Manager should have privilege to create/modify/delete user.
● NMS should have support for SNMPv3 & IPv6, including dual-stack IPv4 & IPv6 to
provide flexibility in protocol strategy and implementation.
17.25 Supply, installation, integration, testing and commissioning of parallel redundant UPS of
suitable capacity for powering the entire Automation System and its equipments. The offered
UPS must have additional 30% spare capacity for future load connection. The scope also
includes supply of Sealed- Maintenance free VRLA battery bank (2x50%) for ½ hour back up
time at rated load along with structural supports for mounting of the UPS and batteries
complete as per specification and tender document.
Power supply to Master Control Stations, VRU system, OWS system and IOCL internal LAN
network shall be fed through Automation UPS. Vendor is required to consider additional
connected load of 10 KVA while sizing the capacity of the Automation UPS.
17.26 Supply and laying of power cable for parallel redundant UPS from MCC/PMCC room to Control
Room. Individual Power cable shall be laid to each of the parallel redundant UPS & Auxiliary
unit through separate feeder provided by IOCL in MCC/PMCC room.
17.27 Supply and installation of System cabinet/Panel (42 U) with 19" rack size, along with
accessories like Biometric fingerprint cum contactless smart card reader with locking
arrangement, earthing arrangements, limit switches, breaker, fuses, terminal blocks and
wiring etc complete as per specification and tender document for mounting of
● TAS-MS Servers along with associated rack mounted monitors, keyboards, mouse, 4
port industrial grade KVM switches, power adapters, networking & OFC components,
terminal server, Ethernet switches, GSM modems etc
● CCTV Servers, Analytics Servers, NAS/SAN along with associated rack mounted
monitors, keyboards, mouse, 4 port industrial grade KVM switches, power adapters,
layer 3 Ethernet switch etc.
● TFMS Server along with associated rack mounted monitors, keyboards, mouse, 4 port
industrial grade KVM switches, power adapters, networking & OFC components, CIUs
etc
● For mounting of Master Control Stations for MOVs & DBBVs along with required
accessories etc.
● For mounting of workstation CPUs installed in control room on consoles along with KVM
switch and all the required accessories for successful integration and commissioning.
The rack enclosure can be opened only by authorized person and the details of the person who
has opened the panel to be logged in the system.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 183
VENDOR SCOPE OF WORK
17.28 Supply and installation of operator consoles as per specification and BOQ for mounting OIC,
TFMS workstation, ACS Server, CCTV client, Alarm annunciation OIC, Fire Fighting system OIC,
Engineering Work Station, TTES, TWES. Each console will consist of necessary electrical wiring,
power sockets, MCBs, Light, Louvers & FAN etc as required.
17.29 Supply of furniture like chairs & printer stands with paper mounting racks at control room.
17.30 Supply, installation, integration, testing and commissioning of OIC, TFMS workstation, CCTV
client PC with LED Display along with networking components, software, OS, antivirus etc
complete as per specification and tender document at Terminal Manager’s Room.
17.31 Supply, installation, integration, testing and commissioning of CCTV client PC with LED Display,
Access Control Visitor management PC, Laser printers for printing of FAN & Visitor pass, web
camera, networking components etc complete as per specification and tender document at
Security Room.
17.32 Supply, installation, integration, testing and commissioning of redundant TTES, redundant
Terminal Server, networking components etc complete as per specification and tender
document at S&D room.
17.33 Supply, installation, testing and commissioning of heavy duty Line matrix laser printer for
invoice printing, TTES, LED monitor display, networking components etc complete as per
specification and tender document at lock shed room/ invoice room.
17.34 Supply of standard computer table & printer table in TM room, security room, lock shed and
S&D room for mounting of OIC, workstation, printers and other TAS equipments.
17.35 Supply of computer stationary, printer cartridges required for printing reports, FAN etc during
commissioning and trial run period.
17.36 Supply and laying of OFC along with OFC components from Control room to admin building,
S&D room, invoice/lock shed room and security room for establishing TAS LAN connectivity
from Control Room to respective building wherever TAS equipments are to be connected in
TAS LAN.
17.37 Supply and laying of all required Fiber Optic Cabling, CAT 6 Ethernet Cables, UTP to Fiber Optic
Convertor, Fiber Optic Patch Cord, LIU, Connector Panel, Coupler, mounting rack, RJ 45
Connector, switches etc required for building dual LAN network within Control Room, S&D,
Admin building, Security Room, Invoice/lock shed room, Driver’s rest room and other places
wherever TAS LAN connectivity is required as per design Engineering including supply and laying
of power cables for powering LAN switches, media converters & TAS equipments connected to
LAN.
17.38 Supply, installation, testing and commissioning of network components for establishing IOCL
intranet LAN connectivity inside Admin Building, Control Room, S&D room, Invoice room along
with LAN face plate and associated accessories.
Supply, laying, glanding, ferruling, splicing, termination of all required Fiber Optic Cabling,
CAT 6 Ethernet Cables, Fiber Optic Patch Cord, LIU, Connector Panel, Coupler, mounting rack,
RJ 45 Connector, PVC conduits, cable trays along with structural support etc complete in all
respective as per design Engineering for establishing IOCL Intranet LAN network inside Admin
Building, Control Room, S&D, Invoice room along with LAN face plate and inter building
connectivity between switches using OFC cables along with accessories etc. The job also
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 184
VENDOR SCOPE OF WORK
includes supply and laying of power cables for powering LAN switches, media converters and
other network accessories used for establishing LAN connectivity.
17.39 Supply and installation of Multi Cable Transit (MCT) Blocks at the Automation cable Entry
point to control room, S&D room, Invoice/ lock shed room, security room and Admin building
for proper sealing of the cable entry point. All works relating to the sizing, designing and
installation of MCT Blocks is within the scope of the vendor.
17.40 Supply, Laying and termination (at both ends) of requisite earth cable between the earthing
point in the Control panels and the earth bus bar and GI strip from earth bus bar to respective
earth pit. Tying of screens of shielded cables to the respective instrument earth bus.
17.41 Supply, installation, testing and commissioning of external / inbuilt lightening and surge
protection devices as detailed in BOQ and tender document.
17.42 Control room interior works:
17.43 Supply, laying and installation of Acoustic/Modular rigid PVC Metal Partition factory, rigid PVC
Metal Paneling factory, Baffle Metal False Ceiling, Calcium Silicate Board Ceiling Material,
12mm thick frameless tempered clear glass double door, lights, Acoustic flooring, Curtains,
designer privacy film, GI structure and corporate logo as per BoQ and the item specification
given in the tender docu`ment.
17.44 Supply, laying and installation of Wires, Switches & Conduits for ceiling lights Wires for ceiling
lights inter looping and switches will be provided, consisting of PVC insulated copper conductor
stranded flexible FRLS wires of 1100 volts grade of insulation, in metallic conduits, PVC/
metallic conduits. Minimum size of copper conductor shall be 1.5 sq. mm for lighting and 2.5
sqmm for power. color of wires shall be Red/Yellow/Blue (or as per Local Standards) for the
all single phases, Black for neutral and Green for earthing is in the scope of vendor. No separate
charges are payable for the same.
each metering skid, Pressure Transmitter at Header line of TLF and TW unloading, ESD PBS
(Local & Plant ESD at gantry and other places as specified in the tender), Ethanol blending
system, Additive dosing system, Barrier gates, LED display boards for TT registration, Bay
Queue display board along with accessories, LED display Screen at lock shed/ Invoice Room &
Driver’s rest room, LED display board at license area Entry barrier Gate for displaying allocated
bay no. to TT, any other equipments supplied and installed for complete Tank Truck
Automation System as per BOQ.
Note: Separate Power supply isolators to be provided for isolating power supply of common
bay equipments (Earthing relay, Rack Monitor, BCU, Card Reader).
All Power supply isolators for TLF instruments are to be provided in Control room.
18.3 Complete Automation of TT calibration system comprising of DPT across strainer cum air
eliminator, Master MFM, DCV (piston type), Batch Controller, pump demand signals & ESD
control cables from respective BCU, MFM to DCS & Safety PLC. Start/ Stop Push button station
for TT calibration pumps in case the pumps are kept in local mode, any other equipment
supplied and installed for complete Automation of TT calibration System as per BOQ etc.
18.4 Complete Automation and integration of Tank Farm Management System for A/G product &
Ethanol tanks, U/G product & Ethanol tanks, Sludge Tanks, Fire Water Tanks, U/G service
water sumps, U/G fire water sump, U/G TT calibration sump, Day tanks for Fire Engines & DG
sets, Daughter tanks & Mother tanks of Foam System, Additive & Blue dye tanks etc comprising
of Primary Radar Gauges, Secondary Radar gauges, MSTW, Tank side indicators, AOPS, density
probes, level switches (Hi & Lo), Bi-colour magnetic flap type level gauge with transmitter,
ATG probes , any other equipments supplied and installed for complete Tank farm Management
System as per BOQ
18.5 Complete Automation and integration of Bio-Diesel Blending system.
Cable to be laid for Bio-Diesel Skid:-
Cable required for MOV PDB : By Electrical vendor from PMCC.
Cable required for Instrument including Fibre optic cable for integration : By TAS vendor from
Control room.
18.6 Complete Automation and integration of RON booster dosing system using static mixer and
additive mono block supplied by automation vendor.
Cable to be laid for RON booster Skid:-
Cable required from PMCC by Electrical vendor.
Cable required from control room for Automation Feedback and control by TAS vendor.
18.7 Complete Automation and integration of CCTV system, Hydrocarbon Vapour Detection system,
Fire detection System (FAS), Access Control System, wailing siren, integration of PA paging
system, Vapour Recovery System, DG sets, Effluent Treatment plant (OWS), Rodent repellent
system.
18.8 Complete Automation and Integration of Fire fighting System comprising of Fire engines, Foam
pumps, Jockey pumps, bore wells, make-up water pumps, Pressure Transmitters installed on
fire hydrant & foam network line, Centralised foam feeding System, Sprinkler & Fixed foam
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 186
VENDOR SCOPE OF WORK
pourer System, integration of HVLR, any other equipments supplied and installed / free issue
items for complete Automation for firefighting System as per BOQ and tender requirement.
18.9 Complete Automation and integration of all the product loading & unloading pumps (TLF,
TWD), Ethanol pumps, additive pumps, blue dye pumps, agitators, submersible pumps for U/G
product tanks, U/G Service water, U/G fire water, U/G static water (TT calibration) sump
pumps, sludge pumps, TW unloading pumps, bio diesel blending pumps, any other pumps
mentioned in BOQ and tender requirement.
18.10 Complete Automation and Integration of PT installed at TLF & TWD product pump suction &
Discharge end and other tapping points mentioned as per BoQ; DPT installed across TLF & TWD
pump strainer; level switch installed at U/G Service water, U/G fire water, U/G static water
(TT calibration) sump tank and other tapping points mentioned as per BoQ.
18.11 Complete Automation and Integration of hooter cum beacons installed outside dyke for dyke
drain valve & water draw off line.
18.12 Complete integration and control of ROSOVs, DBBVs, MOVs, SOVs, Master Control Stations for
MOVs & DBBVs along with Local Push button station for local operation of the valves from
outside dyke wall.
18.13 Complete integration of TAS equipments installed at Control room, panel room (including UPS
and Battery), S&D, Security Gate/Room, Lock room, TM room, Driver rest room along with
inter building redundant TAS LAN cabling over OFC from Control Room to respective buildings
- S&D, Security room, Lock Room, Admin Building, Driver rest room, PMCC room and any other
places complete as per tender requirements. Apart from the automation equipments &
instruments, cables from MCC room to UPS in the Control room, all equipments connected on
the UPS or any other TAS equipments shall be in the scope of the Vendor.
18.14 Complete LAN cabling for IOCL intranet network inside Admin Building, Control Room, S&D,
Invoice room, Lab building along with LAN face plate. Cabling to be done from all LAN face
plate to respective LAN switches of the building and from all LAN switches to main Layer 2
switches at Admin building. Inter-building connectivity between switches to be done over OFC
cables and LAN cabling inside building shall be done using CAT 6 cables inside PVC conduits
with proper support above false ceiling, below false flooring etc complete in all respect for
establishing IOCL LAN network.
18.15 Any other system/ sub system as mentioned in BOQ
Note: Power cable for free issued items shall be done by IOCL except Master control
Stations if not specifically mentioned in the tender.
18.16 All field Power, Signal and Control cables outside Product tank dykes shall be FRLS Copper
armoured type and inside product tank dykes shall be FS (Fire Survival) Copper armoured type.
For ROSOV, all cables from control room leading to ROSOV and its push button stations outside
dyke wall shall be FS (Fire Survival) Copper armoured type.
18.17 Vendor shall provide separate Signal, Control and Power JB and there should not be any
common JB for any combination of different types of cables.
18.18 All the Automation equipments, JBs etc supplied by the vendor are to be properly earthed as
per OEM’s recommendations and tender specification.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 187
VENDOR SCOPE OF WORK
18.19 All earthing cables shall be of minimum 1C x 6 sqmm FRLS unarmoured copper cable (Green
Colour).
18.20 G.I strip shall be provided for interconnecting Earth pits, connecting UPS and other equipment
/ panel with earth pit, TLF gantry in two layers with isolators for TT earthing, TLF earthing
bus bar for equipment earthing, CCTV pole with Earthing grid/ Earth pit.
18.21 Supply, fabrication & erection of all the structural & other materials for installation of
Automation equipments.
19.0 SS counterflange and SS nut bolt to be supplied for mounting and installation of all the
automation instruments supplied.
19.1 Cable tray and pedestal with structural support for cable tray, RCC trenches with structural
support for cable tray, hume pipes, TLF Gantry & overhead pipeline/cable bridge with
structural support for cable tray as shown in the cable layout drawing shall be provided by
IOCL. Subsequent/ any additional requirement of cable pedestals, RCC trenches, hume pipes,
etc as per site requirement shall be in the scope of the successful bidder and no separate
payment for the same shall be made except for overhead cable bridge (if required to be
constructed at road crossing or on driveway) shall be paid extra as per SOR line item.
19.2 Vendor to consider the supply and laying of entire cable trays with cover, structural support,
trenches, HDPE pipe, required civil & mechanical work etc in the quoted price. No separate
payment for the same shall be made.
19.3 The cable trench, pedestal, bridge layout drawing attached herewith are only indicative and
may undergo some change during execution of the job.
19.4 Vendor to propose and submit the complete cable route diagram along with structural support,
interspacing of the pedestals, earthing of cable trays and other details prior to physical
execution of the cabling works at site.
19.5 Payment shall be made in running meter. Supplied cable should not be more than 10% of the
required cable.
19.6 Supply, installation, testing and commissioning of complete Earthing system for entire
automation equipments and Tank Trucks as detailed in tender document.
19.7 Supply, fabrication and installation of support structures, frames, sunshields for field mounted
instruments such as pressure transmitters, tank side indicators and other instruments having
local display and are exposed to direct sunlight and rain.
19.8 Minor civil works like chipping / grouting of pavement for the instrument panels/supports
stand, and chipping and refilling of the pavement for conduits.
19.9 Civil works associated grouting and fixing of equipment and entry/ exit of cables at the control
equipment room, all masonry work associated with entry and ingress of equipment or cable
inside the control room including making goods, painting and finishing, all masonry work
associated with erection of cabinets, junction boxes, card readers, Plant and local ESD
switches, within the control rooms, S&D room, security room & Terminal Manager’s room etc.
19.10 Painting of all structural supports for trays, instruments, ducts, supporting structural etc.
Painting of metering assembly product piping supplied by TAS vendor (Aluminium paint) with
colour bands as per product classification. Depending on the environment the following primer
and finish coats shall be applied:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 188
VENDOR SCOPE OF WORK
20.3 Required hardware, software, transmitters, etc required for establishing communication with
TAS shall be in the scope of the vendor at no additional cost to IOCL. Line item for Gateway
and Repeaters is provided in BOQ. This line item shall be executed only when vendor provides
wireless communication.
20.4 Note: Vendor opting for Wireless Communication for any of the above mentioned shall ensure
that all the parameters of the equipments must be available in Automation System including
diagnostic features if available in the respective equipment.
20.5 The communication modules required for wireless communication shall be part of vendor scope
and same to be supplied for required hardware integration at no cost to IOCL.
20.6 Maintenance and replacement of battery (if used for powering of above mentioned equipment)
shall be in the scope of the vendor throughout the contract period including CAMC period.
20.7 All hardware used for establishing wireless communication shall be proven in use as per
hazardous area classification.
22.8 Once all the tests are successfully carried out by the vendor upto their satisfaction level and
in line with tender requirement, vendor shall give FAT call to IOCL along with FAT procedure
and test result against each of the parameters of the FAT procedure.
22.9 On receipt of call and test result, IOCL representatives shall attend the FAT.
22.10 During Factory Acceptance Test, vendor shall test and demonstrate the functional integrity of
the offered system hardware and software to IOCL. No FAT material or equipment shall be
transported until all required tests are successfully completed and certified ready for Shipment
by IOCL.
22.11 IOCL reserves the right to be involved and satisfy itself at each and every stage of inspection.
The Purchaser shall be free to request any specific test on any equipment considered necessary
by him although not listed in this specification. The cost of performing all tests shall be borne
by the Vendor.
22.12 Vendor shall note that acceptance of any equipment or the exemption of inspection or testing
shall in no way absolve the Vendor of the responsibility for delivering the equipment meeting
all the requirements specified in the Bid Package.
22.13 It shall be Vendor’s responsibility to modify and/or replace any hardware and modify the
software, if the specified functions are not completely achieved satisfactorily during testing
and factory acceptance or in field during actual operation / functioning.
1 TAS-MS 2
2 OICs 2
3 TTES 2
5 Terminal Servers 2
7 Safety PLC 2
8 FAN Printers 2
11 Batch Controllers 2
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 191
VENDOR SCOPE OF WORK
4 TLF Loading sequence Complete TT loading cycle along with all interlocks as per FDR
starting for TT reporting to TT exit from the Terminal.
5 Data updation/ Checking of scan time values/ response time for TAS-MS, flow
Response time control units, field data from BCU and other devices etc
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 192
VENDOR SCOPE OF WORK
8 Local & Plant ESD Demonstration of functionality of Local ESD, plant ESD
including power ESD and its interlock with respect to stoppage
of loading operation, pump closure command, opening of
barrier gates, generation of power ESD etc as per FDR along
with ESD Reset and ESD override
13 ROSOV, SOVs Open/close command from LPBS and OIC and its status as per
FDR – Simulation
14 Third party HVLR, HCD, Fire alarm panel, DG set, UPS, PT, LTs, LS and its
integration interlock - simulation.
15 Down time report Generation of down time report as per special Terms and
Conditions
16 System Diagnostics System diagnostics shall be thoroughly checked for all sub-
systems on local level as well as on OIC consoles.
These shall include failure of a sub-system, module, power
supply, interface unit, failure of transfer to redundant module
on main module failure etc. and other detailed diagnostic
displays
17 System clock Auto synchronisation of system clocks on all OICs, Servers and
peripheral devices.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 193
VENDOR SCOPE OF WORK
18 System Restart after Simulation of power failure and system restart self-booting up
power failure of system configuration and program after power restoration
19 Alarms and Event Logs Check for generation of alarms and event log report
20 GUIs Check for GUIs for all system and sub system as per Tender in
all OICs, TTES, work station etc.
21 Report Generations Check for reports generation as per tender.
23.5 Any deficiency / problem identified during testing or any changes required in data/
configuration etc shall be clearly brought out during FAT and the same have to be
incorporated/ corrected by the vendor.
SIF Loop 2: Secondary Radar Gauge (relay output) - Safety PLC- ROSOV
SIF Loop 3: Primary Radar Gauge (relay output) - Safety PLC- ROSOV
Hence vendor is required to design and select all components of the above mentioned SIF loops
accordingly. ROSOV in the SIF loop shall be free issue item with safety integrity level of SIL 2.
Average PFD values and other parameters of the ROSOV shall be provided by IOCL during design
engineering.
24.2 Verification of targeted SIL level for above mentioned SIF loops through Reputed Third party
Agencies who are authorised to carry out the SIL verification of the SIF loops as per IEC 61511.
The job includes required documentations and submission of SIL verification report meeting
the desired SIL level.
24.3 In order to achieve the targeted SIL level of SIL2, vendor to consider the proof test interval
period of minimum 1 year. Required proof testing as per SIL report to maintain the targeted
SIL level is to be done by the vendor during commissioning, warranty and CAMC period at no
additional cost to IOCL. Proof test is to be carried out in presence of IOCL representative and
the same to be documented as per IEC 61511.
24.4 Validation of entire Safety System (SIS) for SIFs shall be carried out from third party agencies
prior to SAT completion. Automation contractor shall bear the responsibility of its co-
ordination and logistics. The third party has to submit a detailed report along with certification
for SIS which is to be vetted by automation vendor along with all other required documentation
as per specification and tender documents.
24.5 Witnessing of Safety Instrumented System testing in presence of Safety, Operation and Engg.
team from user. Demonstration of safety system during pre OISD / OISD & statutory audits &
there after periodic testing complete as per specifications / tender documents.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 194
VENDOR SCOPE OF WORK
25.0 SITE ACCEPTANCE TEST: TEST RUN / TRIAL RUN: Refer to SPECIAL TERMS AND CONDITIONS
OF CONTRACT
26.0 OTHERS
26.1 Any other work not specifically mentioned above but is included in the BOQ/ FDR/ Tender
document and facility for the same is available at site, the same also need to be covered in
the scope of work of the vendor.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 195
FUNCTIONAL DESIGN REQUIREMENT OF TAS
Functional Design Requirement for TAS has been divided into following sub systems
1.1 Tank Truck Reporting System is for recording of physical reporting of TTs at supply location.
1.2 Tank Truck Entry System is for authorizing the TT for loading particular product, for a particular
consignee, at particular Loading bay within a specified time frame.
1.3 Permanent proximity card shall be issued to each TT which shall be used for TT reporting as well
as TT loading.
1.4 Minimum 2 nos. of Proximity Card Readers (PCR) along with display board & camera shall be
provided at security gate/TT parking entry (in case manned). PCR along with display board &
camera can be more, depending up on the location specific requirement.
1.5 Tank Truck reporting to be done through permanently issued TT specific Proximity Card (PC) which
would be shown at security/TT parking gate Proximity Card Reader (PCR) along with TT
registration number identification using cameras. TT reported list shall be created in TAS on
completion of above and the same will get pushed automatically to SAP.
1.6 As a part of confirmation of Proximity Card and TT registration number having been successfully
read by the system, TT registration number along with current status (REPORTED/REGISTERED/
BLACK LSTD/ CAL. EXPD./ OLD AGE /ACK. PENDING/ FIT. EXPD./ G. CARD. EXPD./ INS. EXPD/
PERMIT EXPD./ SUSPENDED/ EXPL. EXPD./ VTS FAILURE etc) based on feedback received from SAP
to be displayed in English and local language on display board provided along with PCR for TT
reporting.
1.7 Cameras for TT registration number identification shall be utilized to ensure TT’s physical
presence along with the presenting of Permanently issued Proximity card PCR for TT reporting.
Based on the same, TT queue shall be generated. Apart from TT registration number
identification, identification of authorized TT crew will also be ensured using cameras at security
gate entry/exit. TT crew identification through such cameras shall be matched with those
authorized gate passes having been issued to the specific TT crew.
1.8 SMS indents shall be received in SAP and Sales Orders would be created at the backend.
1.9 TTs queued in the system shall be assigned to indents as per TT Planner and Scheduler in SAP for
Registered TTs on FIFO basis, resulting in Shipment generation.
1.10 Once the Shipment is received by TAS, it shall download the same to Tank Truck Entry System
(TTES) Terminal.
1.11 Auto FAN shall be generated and printed by the system when bay is available at TLF considering
1+1 queuing. FAN (Bilingual) shall be printed at Security Gate without bay no. getting allocated.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 196
FUNCTIONAL DESIGN REQUIREMENT OF TAS
1.12 Once FAN is generated, status of TT would change to ‘AUTHORIZED’ in QDB. Auto printing of FAN
is followed by automatic announcement in the local language and Hindi for the TT to report to
security gate for collection of FAN and proceed for loading.
1.14 Serial Number of the configured card and expiry date and time shall appear in FAN.FAN printer to
be configured in redundant manner. In case of any error on printer (paper jam, printer off,
network, any other error etc.), FAN should be printed on standby printer automatically without
any manual intervention.
1.15 List of all pending FANs showing the TT Registration no. (Which are yet to be authorized/printed)
to be displayed on TTES Terminal.
1.16 TT status along with auto announcement shall be displayed as rolling text on 15 lines Bay Queue
Display board installed at TT parking area/ Customer service centre & Driver’s rest room as
tabulated below:
1.17 In case TT reports without permanent allotted proximity cards, temporary card to be issued with
mapping to same truck. The temporary card will be valid for only one trip and same to be returned
by TT Crew after leaving the Licence area exit barrier gate but before exit from terminal main
gate.
1.18 Boom barriers along with PCR & traffic lamp to be provided at Security Entry / Exit Gate & License
Area Entry/Exit Gate. Barrier gate would operate through proximity card issued to the TT Crew
for loading. Barrier gates shall have infrared sensors so that Boom Barrier should not close before
the TT has passed the barrier gate completely.
1.19 At security Entry Gate, boom barrier to be provided with one PCR and one Display board. TT & TT
crew identification will be undertaken by system at this place. TT entry will be with authorized
crew only.
1.20 TT driver should present proximity card to PCR at security entry gate within a period of 20-45 min
(45 minutes being the maximum permissible limit) of issuance of FAN (configurable under
administrative password).
1.21 When valid Proximity card is shown at Security Entry Gate Proximity Card Reader, following
message shall display in bilingual on the display board:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 198
FUNCTIONAL DESIGN REQUIREMENT OF TAS
a. For TTs whose FAN has been generated and are within timeout period
Message:
<TT Registration No.> “PROCEED TO TLF”
Text LED Color: GREEN
Note: Barrier gate shall open
b. For TTs whose FAN has been generated and exceeds timeout period
Message:
<TT Registration No.> “TIMED OUT, CONTACT TO CUSTOMER SERVICE CENTRE“
Text LED Color: RED
Note: System should deny access to the TT by not opening the barrier gate.
c. For TTs whose FAN has not been generated/ In valid card:
Message: “INVALID CARD “
Text LED Color: RED
Note: System should deny access to the TT by not opening the barrier gate
1.22 In case TT has not presented card to PCR at security entry gate within timeout period (20-45
minute), the FAN shall be automatically cancelled and proximity card gets invalid. TT has to report
to Customer service centre officer for re-registering in TT queue. List to be generated on TTES
for TTs which have not reported to security Entry Gate for loading within the allocated time i.e.
before the expiry of validity of FAN.
1.23 Indent against the cancelled FAN to be given highest priority and to be assigned to TT through TT
Planner & Scheduler. (COIS to make such provision).
1.24 At license area Entry Gate, boom barrier to be provided with two PCRs and two Display boards.
1.25 Bay allocation shall be done by TAS once the driver of corresponding Authorized TT shows the
proximity card at the PCR installed at the License Area Entry Gate.
1.26 Bay allocation shall be done by TAS on the principle of optimum bay utilization. Bay allocation
logic must decide the loading bay such that the truck authorized for loading will be filled within
the shortest possible duration with minimal movement of the truck within the loading area.
1.27 TT driver should present proximity card at PCR of License Area Entry gate. Once Proximity card is
shown at License Area Entry Gate Proximity Card Reader, following message shall display in
bilingual on the display board:
a. For TTs whose FAN has been generated and are within timeout period
Message:
<TT Registration No.> “PROCEED TO” <Bay no.>
Text LED Color: GREEN
Note: Barrier gate shall open
b. For TTs whose FAN has been generated and exceeds timeout period
Message:
<TT Registration No.> “TIMED OUT, CONTACT TO CUSTOMER SERVICE CENTRE “
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 199
FUNCTIONAL DESIGN REQUIREMENT OF TAS
1.28 Mixed load TTs should be allocated on mixed bays only. However, mono product TTs should get
allocated on mixed bays incase total nos. of TT under loading at Mixed bay + FAN generated for
Mixed load/ full MS and not reported at security Gate + Total nos. of shipment for Mixed load/
Full MS available in TTES is less than total nos. of Mixed load TTs that can be loaded at Mixed bay
in 1+1 logic.
1.29 Bay allocation logic should also restrict the number of trucks inside the loading area to 1+1.
Restriction of 1+1 should be made configurable. Total number of TT (loaded, under-loading and
to be loaded) inside hazardous area should not be more than 2.5 times the no of bays.
1.30 The normal loading operation will be through post-invoicing. However provision shall be kept in
the system to switch over to pre-invoice system, if needed. In case of pre-invoicing, exit barrier
gate opening will not be linked to invoice generation but only to loading completion confirmation
from TAS.
1.32 After the truck is identified at the bay, TTES should have provision only for Aborting or Re-
allocation.
1.33 When aborted, further loading process for the truck will be stopped & preset quantity in the batch
controller buffers will be cleared, but would appear in the loading report at the day end. In such
a case partly loaded TT has to be decanted and certified by the officer concerned in the system
through his login Id.
1.34 In case of re-allocation of truck after part/full filling of one or more compartment at the assigned
bay, system need to debar further loading of the truck from the same bay. Message shall also to
be displayed at the batch controller giving the bay no. to proceed for further loading of balance
quantity. The system to ensure that only the balance quantity gets filled at newly allotted bay.
Simultaneously, the existing buffer details at previous bay batch controller to be cleared to start
next TT loading. Day end loading report to indicate bay-wise quantity loaded at each bay in above
such cases.
1.35 Valid status of TT is required in order to enter into the Loading Area and to identify the Truck at
an assigned Loading Bay.
Following shall be the sequence of operation for loading tank trucks in an Automated Terminal:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 200
FUNCTIONAL DESIGN REQUIREMENT OF TAS
2.1 Once the TT enters loading area, its status in the system should change to “INSIDE LOADING AREA”.
2.2 TT to proceed to assigned bay for loading. In case loading bay is free, BCU and ESD PB Light and
RIT status should be as under:
2.3 Once a TT is positioned on loading bay, driver to connect the Earthing, connect plug of Rack
monitor to the socket for Overfill Sensor assembly.
2.4 TT identifies itself at the bay by showing the Proximity card at PCR. In case it is a wrong card,
card validation fails or has reported to wrong bay, BCU displays following message and driver to
report to the control room/lock shed for further instructions. BCU and RIT status to be
BCU: “NO ORDER FOR THIS CARD” or “CARD NO LONGER VALID” or WRONG BAY/
REPORT TO BAY NO – X”
ESD PB Light RIT : “RED” (steady)
✓ Has applied the Hand Brakes of TT, Put TT in neutral and put dunnage under wheels
by acknowledging through BCU respective push buttons on Driver Station / integrated Remote
Interaction Terminal (RIT).
• Proximity card is invalidated by TAS based on cancellation from TTES. In such a case,
BCU shall display “CARD LOCKED”.
2.8 System should check if the TT has been electrically grounded (Both for Bottom and Top loading),
confirmation given by the driver, loading arm properly connected (bottom loading) and Overfill
device properly connected to the system. If TT is not grounded, BCU should display “CONNECT
GROUND” and this message should continue till the TT is grounded properly.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 201
FUNCTIONAL DESIGN REQUIREMENT OF TAS
2.9 In case of bottom loading, unless the Loading Arm is not removed from Loading arm parking
adaptor, an appropriate message (viz., “CONNECT LOADING ARM properly” ) to be displayed on
the BCU display. Loading should not start till LA is connected to API coupler of the TT.
2.10 Overfill prevention sensor to be provided on the TT (Both for Bottom and Top loading). Rack
monitor provided in individual bays must have suitable diagnostic features to check the healthiness
of all overfill sensors installed in the TT at any point of time (even before commencement of the
loading), in addition to triggering of overfill alarm.
The healthiness of overfill sensors is to be sensed by the system before start of loading/during
loading and if BCU overfill port is disabled, in such event loading will not start or will stop if
loading has already started.
In case of overfill up to the position of overfill sensor, BCU should stop loading by closure of Digital
Control Valve (DCV) and Safety PLC should close the ON-OFF valve. TAS senses the alarm condition
and BCU & RIT status to be
BCU : “OVERFILL”
Serial or TCP/IP output of rack Monitor is to be connected to DCS and potential free output of the
Rack Monitor is to be connected to respective batch controller.
2.11 In case Even after activation of overfill alarm, loading in the respective TT still continues beyond
a threshold limit (configurable), then the DCS should stop the corresponding product pump and
closes the respective header line MOV.
2.12 In case overfill feedback is received by TAS from Batch Controller, invoice should not be generated
even if batches for the TT are completed by the system, without taking confirmation from control
room.
2.13 When the BCU senses that all TT connections are healthy/all pre-loading permissive are OK, it
should display the following message to enable the operator to continue loading.
2.14 Once the Loading Arm is connected to the appropriate compartment and driver is ready, he needs
to acknowledge through BCU“ACK” Push Button on the RIT to indicate his readiness to commence
filling. The GREEN lamp on the RIT is set to flashing to indicate that the TAS is preparing the BCU
to start the loading
2.15 Batch quantity to match with calibrated capacity of the compartment as per TT master in SAP.
Compartments are to be loaded in ascending order starting from first compartment from the TT
cabin side. In case of mixed load – MS/HSD, MS to be loaded starting with first compartment from
cabin side and HSD starting from the last compartment from cabin side- both products to be loaded
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 202
FUNCTIONAL DESIGN REQUIREMENT OF TAS
simultaneously. In case of single product, loading has to start from the first compartment from
the cabin side.
2.16 TAS now goes on to prepare the BCU for loading and presets the batch quantity to be loaded into
the current compartment on the BCU. Once the batch quantity is successfully preset, the GREEN
lamp on the RIT is set to steady, indicating that the BCU is ready to start the loading operation
and BCU status to be as below:
2.17 The Driver to push the “START” button on in the RIT BCU. Upon sensing this, the TAS to issue
“Remote Start” command to BCU to start the loading operation. While loading is in progress, all
the primary loading control functions like Flow Rate etc are to be handled by the BCU. Following
information shall be displayed on the BCU display.
i) Compartment no
ii) Up Count - Quantity of Product filled so far.
iii) Preset- Preset Quantity.
iv) Down Count - Balance quantity remaining to be filled
v) Totaliser for the TT
All Items mentioned above are dynamically updated on the BCU display while the loading
is in progress. The loading operation continues until one of the following conditions is
encountered.
2.18 In emergency, Loading may be stopped from the loading bay either by pressing the “STOP” button
on the BCU or using the ESD emergency “STOP” push button on the RIT in respective bay. The
control room operator should also be able to stop loading at any of the Bays from OIC.
Pressing any of the above buttons / activation of process alarm conditions will cause the BCU to
stop the loading operation immediately.
TAS senses that the loading has been stopped locally from the loading Bay or stopped from control
room and indicates the same by setting the RED lamp on the ESD PB RIT to flash.
In such a case TAS issues a Stop command to the BCU. The BCU immediately stops loading. The
following message to be displayed on the BCU "LOADING STOPPED". The "RED" lamp on the ESD
PB RIT is set to flashing.
Note that in such a case, to restart the loading, the consent to restart loading has to be given by
the Control Room Operator only.
When the control room operator issues a Restart command from the OIC, TAS prepares the BCU
for restarting the loading, the RED lamp on the ESD PB RIT stops flashing and the BCU display
changes to as shown below.
Driver will have to repeat step 2.16 to resume the loading operation.
2.19 When the BCU senses a process alarm during the loading operation like Overrun (threshold limit 1
(configurable)) etc. loading should automatically get stopped by closing DCV and ON-OFF valve
connected to respective loading arms.
In case loading does not stop and over run qty exceed threshold limit 2 (configurable) then the
system should stop the corresponding product pump and closes the respective header line MOV.
TAS senses the alarm condition and indicates the same as given below by flashing the RED lamp
on the RIT ESD PB
2.20 The RED lamp on the ESD PB RIT will continue to flash until the alarm condition is cleared on the
BCU. Control Room Officer clears the alarm condition and acknowledges the alarm on the BCU
from TAS/OIC.
BCU: <COMP NO><UP COUNT><PRESET><DOWN COUNT><TOTALISR FOR TT>
Once the alarm condition is cleared on the BCU, the Driver will have to repeat step 2.16 to resume
the loading operation.
2.21 If Earthing Interlock/ Overfill inactive alarm activated during loading, then loading will
automatically be stopped by the BCU. The RED lamp on the ESD PB RIT is set flashing.
Alarm condition may be rechecked for correction. Once the alarm condition is cleared on the BCU
by the driver, the Driver will have to repeat step 2.16 to resume the loading operation.
2.22 The loading proceeds smoothly if no alarm conditions are encountered. When the preset quantity
is almost 90% loaded, the BCU to automatically initiate a multistage shutdown process and the
loading is stopped when the preset quantity is fully loaded.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 204
FUNCTIONAL DESIGN REQUIREMENT OF TAS
2.23 TAS senses that the compartment is completely loaded and checks the FAN data to see if any other
compartment is to be filled at the same Loading Bay, if so, TAS goes on to fill the next
compartment.
The sequence of operation from step 2.14 onwards will now be repeated to fill the next
compartment.
2.24 If no other compartment is to be filled at the same Loading Bay, then TAS displays a message
"LOADING OVER" on the BCU display. In addition, the RED lamp on the ESD PB RIT is lit to indicate
loading completion.
BCU : LOADING OVER
This message appears on the BCU until the Driver disconnects the earthling. When the earthling
is disconnected, TAS also checks if the Truck is to be moved to a different Loading Bay to load
one or more of the remaining compartments, then BCU displays “MOVE TO BAY NO XX”.
2.25 In such a case, driver to move to the next bay and loading sequence from Step 2.3 to be repeated
at the new Loading Bay to fill the remaining compartments.
BCU: LOADING OVER
2.26 The following loading related parameters corresponding to each of the compartments of the Truck
are needed for preparing the loading reports & delivery documents.
2.27 TAS shall update the Truck database with the above loading completion data and push the load
confirmation data to SAP as per SAP TAS protocol. On receipt of load confirmation, SAP shall
automatically generate invoice for the transaction without waiting for a confirmation from either
Bay Officer or Customer service centre officer. Invoice shall be printed at invoice room/ lock shed.
The BCU will now be released for filling the next Truck in queue.
2.28 One no. of 15 lines LED Display Board to be provided near invoice/Lock shed room and to be
integrated with TAS. It shall display the list of TTs whose invoice has been generated and the TT
is within the license area. The display shall be in rolling text format. TT registration no. will be
removed from display after authorized exit from license area exit barrier gate.
2.29 At security exit barrier gate separate dedicated camera shall be provided to identify TT crew and
TT registration number. On presentation of PC to PCR and identification of TT registration number
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 205
FUNCTIONAL DESIGN REQUIREMENT OF TAS
and TT crew, system shall check these details with TT entry data. When entry & exit details are
matched, Security exit barrier gate shall open.
Each Loading point to be provided with MFM of suitable size (both main and blend product line).
The MFM shall have in built API / ASTM table for conversion of Volume & Density at 15 Deg C and
29.5 Deg C. The pulse output of MFM shall be connected to BCU for Mass/Volume flow at ambient
temperature. Other measured and derived parameters as stated below to be transmitted to TAS
over TCP/IP or RS 485 communication protocol. Pressure drop across MFM should not exceed 0.5
kg/cm2.
➢ Mass and Volume flow rate
➢ Mass and Volume totalizer reading
➢ Reset Totaliser (Input from TAS)
➢ Online Temperature as sensed by inbuilt temperature sensor/ External
Temperature Transmitter if provided.
➢ Weighted Average Temperature of the Batch
➢ Online Density at ambient temperature
➢ Online Density@ 15oC/29.5oC (Selectable)
➢ Weighted Average Density of the Batch
➢ Corrected Volume @ 15oC/29.5oC (Selectable)
➢ Weighted Average Volume of the batch
➢ Meter-factor
➢ Critical Diagnostic data of MFM
➢ Smart meter verification (Auto MFM calibration verification) or equivalent
Weighted average Density (sampling rate 30 sec.) and Temperature (sampling rate 30 sec.) of the
product loaded TT wise, to be pushed to SAP as per SAP-TAS protocol.
For Ethanol blended MS/ XP, average density of ethanol @ 15 Deg C needs also to be posted in SAP
as per SAP-TAS protocol.
Master MFM to be calibrated at FCRI, Palakkad at an interval of 3 years and stamping of the Master
MFMs/slave MFMs at location by Dept of Legal Metrology shall be done every year.
Note: In case MFM do not have in built API/ASTM table as stated above, flow computer with
inbuilt API/ ASTM table to be provided.
ii. Checks for healthy earth pit/grid for smooth dissipation of static charge.
iii. System becomes non permissive if path/grid resistance is/goes more than 10 ohm.
iv. System becomes non permissive if potential difference between TT and earthing relay
goes beyond 1 volt.
the ADSS metering system shall be controlled by the main product Batch Controller. Additive
should be dosed uniformly during 0% - 80% or in between 10% - 90% of the batch length of the Main
product. Metered quantity of additive shall be injected in the main product pipeline before the
Mass Flow meter. TAS System should have provision to load both dosed and undosed (normal) MS
/HSD. % age dosing in PPM should be made configurable under Admin Password with logging.
MFA dosing Sub-System shall have its own storage tank and pumping arrangement. PRV to be
provided on the delivery line of the pump and discharge should be routed to the MFA storage tank
to avoid extra pressure built up in the line.
Storage tank shall have appropriate level measuring device connected with TFMS and SAP for
product accounting and day-end reconciliation through TAS.
Day end reconciliation should be carried out by the system based on book balance in SAP and
physical balance in tank based on level gauge measurement as being done for other main products.
In case of variation beyond 5% system should raise alarm.
➢ Dosing of diluted Blue dye into SKO line: Blue dye dosing to be done during SKO receipt
or during inter-tank transfer. Provision shall be there in the system to enter the SKO
parcel size. On the basis of SKO parcel size, system shall calculate the qty of diluted blue
dye to be dosed @ 100 ppm. Dosing shall start on manual Start command from OIC and
shall stop once the calculated qty of Blue Dye is dosed. In case the parcel size of the SKO
for a particular tank under receipt is more than the maximum parcel size that can be
catered by the blue dye system at a time, then system shall prompt user to split the
parcel size into the qty less than the maximum parcel size.
➢ Flushing of Blue Dye System after Dosing: Provision shall be there to flush the Blue Dye
tank, pumps, strainer and line with SKO after completion of SKO receipt.
Blue dye Storage tank shall have appropriate level measuring device and level should be available
in control room. This will enable proper blue dye dosing reconciliation.
There should be provision of an alarm generation in the Software if the variation in actual blue
dye dosing with respect to the preset quantity at the end of each shift operation is more than +/-
5%.
The SIL relay output of both primary and Secondary Radar Gauges to be hardwired to Safety PLC
in OR GATE Logic and to be configured for HH level alarm.
In addition to above, provision shall also be there in the system to generate alarm in case the
difference between primary & secondary Radar Gauge level reading exceed +/- 4 mm.
Both primary & Secondary Radar Gauges to be provided with Tank Side indicator to display the
product level, water level, tank temperature, pressure transmitter reading etc.
Primary & Secondary Radar Gauges can be housed in single casing (for being used in place of
separate primary & secondary radar gauge) provided same is approved by PESO & OISD.
6.3 Temperature cum Water Bottom Probe with water bottom interface
Each product tank to be provided with multi-spot Temperature probe with integrated water
bottom sensor (MSTW). The system measurement accuracy shall be ± 0.25° C or better with
resolution of 0.1°C for temperature and +/- 4mm installed accuracy for water bottom sensor over
entire probe length of 500 mm.
MSTW should be installed at the central hatch of the tank with water bottom sensor up to the
edge of the sump. The MSTW probe shall provide average temperature of the tank product and
water level in the tank. The System should be able to account water even below the datum plate.
Water bottom sensor is not required for ethanol tanks.
The instrument accuracy shall be +/- 0.0005 gm/cm3 for density. Overall installed accuracy of the
system shall be within +/- 0.0015 gm/cm3.
in case of above ground tank and 750 100 mm incase of underground tank to take care of future
changes in safe filling height of the tank.
The AOPS to be hard wired to safety PLC. There need to be an inbuilt system to check the efficacy
of the system at regular intervals. Actuation of this device should be logged on to the system and
raise an audio visual alarm.
Redundant Communication interface unit to be provided for converting two wire field
communication into Serial/ TCP IP data link for digital data handling.
✓ SAP tank no
✓ Gross level
✓ Gross Qty.
✓ Water Level
✓ Water Qty.
✓ Net Qty.
✓ Dead stock
✓ Pumpable stock
✓ Tank Temperature.
✓ Tank Density.
✓ Tank mode
Tank mode shall be selected by user on a daily basis in the system for all the storage tanks and
this shall be used for posting tank mode data to SAP. Separate file created above, should be
configurable by system administrator with Id logging & time. The changes made in file created
above should get reflected as exception report with audit trail.
TFMS shall have provision to generate following reports (indicative).
1) Tank Receipt/Despatch out-turns.
2) Product-wise Bulk Stock Ledger.
3) Tank-wise Logged data report
4) Tank-wise Tank trend report
5) Exception Report- tank-wise & between time period
6) Event Report- tank-wise & between time period
7) Alarm Data Report- tank-wise & between time period
1. Swing tank is for configuration of product storage depending on the requirement during
maintenance of a storage tank. To achieve the operation of tank modes for all the tanks
including swing tanks, following operational philosophy to be followed.
2. System should have provision for maintenance of masters of the following in the HMI screen
shown in SCADA.
a. Storage tanks
i. Aboveground
ii. Underground
b. Product (MS, HSD, ATF, SKO, Ethanol, Biodiesel, RON booster additive, Xtrapremium
additive, Xtramile additive, Bluedye)
3. In the HMI screen of SCADA, user (User ID with supervisor privilege) should be able to select
any of the product from product master database for the storage tanks maintained in the
tank master.
4. As a pre-requisite for effecting the auto operation of tank modes for the tanks in operator
user ID, system should use the data maintained in the tank master regarding the product
storage in the tank and prompt the operator user to confirm the product details maintained
while selecting tank mode.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 214
FUNCTIONAL DESIGN REQUIREMENT OF TAS
5. In case of changes required in the product master and storage master combination, operator
can reject the details shown and in such a case, operator should be prompted by system to
get the changes effected through user ID with supervisor privilege.
6. Upon confirmation of the product master and storage tank master combination by the
operator user, the pre-requisite interlocks to be checked for the tanks shall be as specified
below in the functional design requirement.
The arrangements that are proposed for receipts by pipelines/tankers/tank wagons/ITT should
also be made for transfers to OMCs and vice-versa.
LEVEL SET POINT ALARM CONTROL FUNCTION
ALARM DETAILS INITIATOR
Low Levels - All Types
Low Configurable, Primary 1. Activating Alarm Annunciation in Video wall
tank specific Radar Display Unit as well as in OIC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 217
FUNCTIONAL DESIGN REQUIREMENT OF TAS
Low Low Tank Delivery Primary 1.Activating Alarm pop window in OIC
Nozzle level for Radar
CR Tanks or Gauge 2. Stopping All concerned Delivery Pumps of the
Roof Low Leg (Default) Product group
Level for FR &
tanks plus Tank Secondary 3. Upon receipt of “pump stopped” feedback, close
specific Radar Dispatch line DBBV & ROSOV of the Tank.
estimated Level Gauge
4. If “pump stopped” feedback is not received in 60
as per drawing/
secs, close dispatch line DBBV & ROSOV of the Tank.
calibration
chart
corresponding
to (10 mins Note - For product withdrawal below Low Low level,
max product tank has to be assigned to maintenance mode.
outflow as per
max installed
pumps
capacity)
Fire Water Level Alarms
1. Activating Alarm Popup window on OIC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 218
FUNCTIONAL DESIGN REQUIREMENT OF TAS
In case Hi-Hi-Hi level alarm is actuated at the location, system should send an SMS to location
in-charge and State Operations Head
There need to be an inbuilt system to check the efficacy of the system at regular intervals.
All the product pumps (TLF loading, TW loading, TW unloading, OMC dispatch, TT decantation,
additive, blue dye, Ethanol, Biodiesel etc), bore well, makeup water pump etc. are to be
integrated with TAS for Remote monitoring and Control. Along with main product pumps,
ethanol and additive pumps shall also operate in auto on the basis of pump demand from Batch
Controller.
i. Remote
ii. Local
Remote Mode: Remote pump operation should be feasible only from OIC in control room or
through system generated commands
Local Mode: Its operation should be feasible from the Start/Stop push button located at site.
When a tank truck identifies itself on TLF by showing its proximity card on PCR and batch is
set on the batch controller, system should generate pump demand based on the fl ow
requirement at TLF vis-à-vis pump’s rated flow rate. Pumps shall start as per the selected
sequence provided:
✓ All MOVs (ROSOV & DBBV) on the delivery line of at least one of the related product
group tank is open
✓ Tank level is above low-low
✓ ESD is not activated.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 219
FUNCTIONAL DESIGN REQUIREMENT OF TAS
Provision of disabling the above pre-requisite interlock defined for ROSOV and DBBV, shall be given
under minimum supervisor level privilege prompting the user ID and password.
There should be time counter on OIC so that actual run hours of each pump can be known to
decide on sequence of operation and for drawing the preventive maintenance schedule of
pumps.
There should be a provision in the system to put pumps under maintenance so that system
should not attempt to give it a ‘Start’ / ‘Stop’ command. Such events should get logged on to
the system with a time stamp so that downtime for the equipment can be known in the form
of report.
In case of any of the pump fails to start in spite of the command from the control room, an
alarm should be generated, next pump in the sequence or standby pump should start.
Storage tanks can be kept in either of the modes given here under. OIC Screen for changing
the tank mode shall be password protected. Shift In-charge should be able to change the Tank
Mode through OIC. Login ID of the shift in-charge shall be logged in the system whenever the
mode of the tank is changed. This activity shall be logged in the system as an event and shall
have provision for audit trail.
a) Receipt Mode
b) Delivery Mode
c) Receipt Sequence Mode
d) Dispatch Sequence Mode
e) Inter-Tank Transfer Receipt Mode
f) Inter-Tank Transfer Dispatch Mode
g) Recirculation Mode
h) Dormant Mode
i) Maintenance Mode
DBBV against each tank mode, shall be given under minimum supervisor level privilege
prompting the user ID and password.
8. Confirmation button will be disabled after successful mode setting by the system to avoid
multiple mode setting. Only Stop mode button will be available at this time. Tank mode can
be stopped if required. User will be prompted for User ID & password (minimum supervisor
level privilege is required).
9. Once Mode is stopped, system will allow user to put tank only into dormant mode thereafter
into any other mode if required. System will not check sequenced tanks for switch over if
tank mode is stopped by user.
10. Tank Mode can be stopped by user at any point of time.
11. Normally only one tank of a product group can be put on receipt/ dispatch mode. However,
based on site specific requirement, multiple tanks on same product group can be put in
Receipt mode if receipt source/line is different. But if source is same, other tank can only
be put into receipt sequence mode. Similarly, multiple tanks on same product group can be
put in Dispatch mode if dispatch is for different destination like Pipeline Transfer, TW Siding,
TLF etc. But if destination is same, other tank can only be put into dispatch sequence mode.
8.1 Receipt Mode: Receipt Mode is for receipt of Product either through Pipeline, Rails, and TT. DBBV
& ROSOV on delivery line has to be close and ROSOV on the receipt line has to be open for the
tank to be put on receipt mode. DBBV/MOVs on receipt line would open automatically when tank
is put in Receipt mode. Receipt line DBBV/MOVs can be closed from OIC after stopping the Receipt
mode by the shift in charge through his password and his Id should get logged. System would also
ask for a confirmation for closure of inlet DBB if tank is in Receipt mode i.e. ”Tank no --- is in
Receipt Mode, Please Confirm if its Inlet DBBV no ----- is to be Closed” but would close by any
system generated “CLOSE” command i.e. because of ESD, TFMS Level Alarm or through Push
Buttons Station outside the dyke area.
8.2 Delivery Mode: Delivery Mode is for dispatch of product from tank through Rail, Pipeline, TT.
ROSOV & DBBV of receipt line has to be close and ROSOV on the delivery line has to be open for
the tank to be put in Delivery Mode. DBBV/MOVs on delivery line would open automatically when
tank is put on delivery mode. DBBVs/MOVs at Exchange pit of Marketing Terminal (if available for
OMC dispatch) need to be opened from Control Room when tank is put on delivery mode for
transfer to OMCs. DBBV on delivery can be closed from OIC after stopping the delivery mode by
the shift in-charge through password and his Id which would get logged. System would also ask for
a confirmation for closure of outlet DBB if tank is in deliver mode i.e. ”Tank no --- is in Delivery
Mode, Please Confirm if its Outlet DBBV no ----- is to be Closed” but would close by any system
generated “CLOSE” command i.e. because of ESD, TFMS Level Alarm or through Push Buttons
Station outside the dyke area
8.3 Receipt Sequenced Mode: Receipt Sequenced mode is for putting the tank in sequence for receipt
of product if the tank under receipt does not have sufficient ullage to receive the parcel. Tank
can be put in receipt sequence mode only if
8.4 Dispatch Sequenced Mode: Dispatch Sequenced mode is for putting the tank in sequence for
dispatch of product if the tank under delivery does not have sufficient stock to cater the expected
demand for the product. Tank can be put in dispatch sequence mode only if
8.5 Inter tank transfer Mode: Tank can be either in Inter Tank Receipt (ITR) Mode or Inter Tank
Transfer Dispatch(ITD) Mode. System would not allow having more than one tank of same product
group in either ITR mode or ITD mode .
DBBV/MOVs on corresponding line would open automatically when tank is put under ITR or ITD
mode and corresponding pump for ITT is selected in OIC. However pump operation for ITT shall
be done manually in remote/local mode.
8.6 Recirculation Mode: Recirculation mode is to be assigned for recirculation / churning of product
within a particular tank.
8.7 Dormant Mode: When there is no operation on the tank, tank should be kept under dormant mode.
For putting the tank in dormant mode, earlier mode should be stopped. Tank can be put into
dormant mode through password. On putting the tank into dormant mode, ROSOV & DBBV on
Receipt, Delivery and Recirculation line would close. Dormant mode is the default mode. Tank
can be put into any mode from dormant mode if pre requites of the selected mode are fulfilled.
8.8 Maintenance Mode: If tank is to be taken for maintenance, it needs to be kept under Maintenance
Mode through admin password with logging of Id. To put the tanks under Maintenance mode
Receipt, Delivery and Recirculation line ROSOV & DBBVs have to be in closed condition.
Delivery line ROSOV & DBBV can be opened or closed any number of times when tank is in
Maintenance mode, however, Delivery line DBBV should open only with admin password and id
shall be logged.
Under maintenance mode product can be drawn even below the LL level but receipt line DBBV
cannot be opened.
Under tank maintenance mode, system should not generate Low-Low level alarm.
Tank to be taken out from Maintenance mode thru admin password only.
Tank Sequencing is required to be done for Receipt and Dispatch when tank under receipt does
not have sufficient ullage to receive the full batch or tank under delivery does not have sufficient
stock to meet the demand for the day.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 223
FUNCTIONAL DESIGN REQUIREMENT OF TAS
1. If anyone of the Tank is selected for Receipt Mode, then only, Receipt Sequence mode will
be available for rest of the Tanks in the same product group
2. Select the Tank for Receipt sequence Mode.
3. Receipt Sequence Tank for receipt can be assigned at any point of time but before reaching
System Operator-Hi level of Receipt Tank.
4. During receipt mode of a tank, system will continuously monitor/check if any other tank is
assigned for Receipt Sequence mode.
5. If System Operator-Hi level of the tank is reached and no other tank is available with Receipt
Sequence mode, now system will popup window with “ Check Receipt Status and Stop
Pumping” message
6. If System Operator-Hi level of the tank is reached and another tank is available with Receipt
Sequence mode, system will open receipt line DBBV of receipt sequenced tank and after
getting successful open feedback from DBBV, system will close receipt line DBBV followed by
ROSOV of Receipt Tank which was currently receiving the product.
7. If system does not get open feedback from receipt line DBBV of the sequence tank within
predefined period of time, then it will popup window with “Switch over Unsuccessful”
message and an audio alarm.
8. If the system does not receive close feedback from ROSOV & DBBV of the tank which was
currently under receipt within prescribed time limit, it will popup window with “ROSOV/DBBV
Failed to Close” with audio alarm.
9. Receipt Sequence Tank Mode can be stopped by pressing Stop Mode button any time before
switch over with supervisor privilege level. System will prompt appropriate message “ Tank
Sequence will be Disabled” and will ask for User Id/password prior to execute the action.
10. Tank can be put into Dormant Mode after stopping the Tank Mode.
11. Fail to Close/Fail to Open alarm for all DBBV and ROSOV shall be provided in OIC GUI with
audio alarm
1. Once anyone of the Tank is selected for Particular Dispatch Mode, then only, Dispatch
Sequence mode will be available for rest of the Tanks in the same product group.
2. Select the Tank for Dispatch sequence Mode.
3. Dispatch Sequence Tank for Dispatch can be assigned at any point of time but before reaching
system Low level of Dispatch Tank.
4. System will continuously monitor if any other tank is assigned for Dispatch Sequence mode.
5. If system low level of the tank is reached and no other tank is available for sequence, now
system will popup window with “Check Dispatch Status and stop delivery pump” message
6. If system low level of the tank is reached and another tank is available for dispatch sequence,
system will open delivery line DBBV of the tank in dispatch sequence and after getting open
feedback from DBBV, system will close delivery line DDBV followed by ROSOV of delivery
Tank which was currently delivering the product.
7. If system does not get feedback from DBBV within predefined period of time, then it will
popup window with “Switch Over Un successful” message with audio alarm.
8. If the system does not receive close feedback from ROSOV & DBBV of the tank which was
currently under dispatch within prescribed time limit, it will popup window with “
ROSOV/DBBV Failed to Close” with audio alarm.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 224
FUNCTIONAL DESIGN REQUIREMENT OF TAS
9. Dispatch Sequence Tank Mode can be stopped by pressing Stop Mode button with supervisor
privilege level at any point of time. System will prompt appropriate message “Tank Sequence
will be Disabled” and will ask for User Id/password prior to execute the action.
10. Tank can be put into Dormant Mode after stopping the Tank Mode.
11. Fail to Close/Fail to Open alarm for all DBBV and ROSOV shall be provided in OIC GUI.
Storage tank shall be provided with body valve- ROSOV (Electro-hydraulic (EH) type) & line valve-
DBBV (Electrical) on Receipt, Delivery and Recirculation line. Tank Body (ROSOV- EH) & line Valves
(DBB) shall have the following modes of operation.
a) Local
b) Remote
Local Mode:
Under Local Mode, ROSOV & DBBV should Open/Close through buttons housed on the
actuator/Local Control Station (LCS) and close through push buttons station outside the dyke.
There should be provision to stop opening/ closing of valve in-between and reverse the process
of opening or closing in DBBV.
Opened/closed status of the ROSOV and DBBV shall be available on the actuator/LCS.
Receipt and Delivery body ROSOV (EH) shall have the provision for its closure just outside the
dyke. This provision shall be hardwired, so that tank can be isolated from outside the dyke in
case of emergency irrespective of the selected mode of operation of the valve at site. There
should be different action for Opening and Closing the valve and should be uniform at all
locations. The push button should be protected by a guard to obviate accidental closure.
If Local Mode of operation is selected on ROSOV, they would not operate on remote from Control
Room except in case of any of the following
1) Closure command from ESD pressed from anywhere in the plant.
2) Closure command is generated by PLC/DCS based on the Level Alarm from TFMS
3) Manual Closure command from Push button located just outside the dyke wall for
ROSOV.
If Local Mode of operation is selected on DBBV, they would not operate on remote from Control
Room except in case of any of the following
1) Closure command from ESD pressed from anywhere in the plant.
2) Closure command is generated by PLC/DCS based on the Level Alarm from TFMS
3) Open/ Close command from integral Actuator on DBBV
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 225
FUNCTIONAL DESIGN REQUIREMENT OF TAS
Remote Mode:
Once the Remote mode of Operation is selected on the ROSOV & DBBV, it shall not operate
locally.
In Remote mode, body valve (ROSOV- EH) shall accept commands from the following:
1) Closure command generated by the system i.e. ESD & TFMS Level Alarms.
2) Close/Open command from the hardwired push buttons located just outside the Dyke.
3) Only Close command given by Operator from Operator Interface Console (OIC).
In Remote mode, line valve (DBBV) shall accept commands from the following
1) Closure command generated by the system i.e. ESD & TFMS Level Alarms.
2) Close/Open command given by Operator from Operator Interface Console (OIC).
Location should be provided with Break Glass Units at various critical posts in the field so that in
case someone breaks the BGU in the field on noticing an emergency situation, audio-visual alarm
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 226
FUNCTIONAL DESIGN REQUIREMENT OF TAS
should get raised on the fire alarm panel positioned in the control room. Fire Alarm panel should
indicate the field position where from BGU has been broken. It shall actuate the Automatic Wailing
Siren and auto announcement of the location of emergency through PA paging.
Siren code to be followed in case of activation of BGU & ESD :
• FIRE activation: The siren shall be wailing sound for 2 minutes. (wailing 10 sec ON,
10 sec off)
Location should be provided with Automatic Wailing Siren Panel. It should get actuated on
actuation of ESD or BGU provided in the field. Panel should have provision to give clear signal
manually. Provision should also exist to give continuous wailing siren manually.
Provision should also exist to test the panel/ alarm system by bypassing the siren. There should
be a clear indication in control room if panel is on testing mode.
ESD is the procedure to be invoked in case of any emergency at the location. Purpose of ESD is to
stop all on- going processes/Power at the location. ESD has been bifurcated into two i.e
Local ESD
Local ESD Push button Stations shall be provided at the following locations:
1) Each Battery of TLF
2) Each Cluster of TW loading Gantry (at an interval for 4 BTPN/BTPFLN wagons)
3) TW unloading area ( at an interval for 4 BTPN/BTPFLN wagons)
4) TW unloading pump House
5) TLF pump House
There should be clear demarcation of Local ESD provided along with plant ESD.
➢ When Local ESD from TLF Gantry is invoked, following action shall take place:
a) Stop loading operation and close all the respective TLF metering points DCV, ON-OFF
valves.
b) Stop the corresponding TLF loading pumps
c) Closes TLF header line MOVs
d) Audio Visual Alarm at Control Room
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 227
FUNCTIONAL DESIGN REQUIREMENT OF TAS
➢ When Local ESD from TW Gantry is invoked, following action shall take place:
a) Stop loading operation and close all the respective TW metering points DCV, ON-OFF valves.
b) Stop the corresponding TW loading pumps
c) Closes TWL header line MOVs
d) Audio Visual Alarm at Control Room
➢ When Local ESD from TW unloading area/ TW Unloading Pump House is invoked, following
action shall take place:
Note: Local ESD push buttons design should be such that it does not get pressed accidently and
should be protected to obviate accidental operation
Plant ESD
Plant ESD push button to be provided at the following location in addition to soft switch to be
operated through OIC
i. Control Room
ii. Each battery of TLF
iii. Cabin of location in-charge
iv. Each Cluster of TW Gantry
v. Security Cabin
vi. Man entry/exit to Tank Wagon loading/unloading area
When Plant ESD is pressed from anywhere in the location, Process and Power Emergency
Shutdown are supposed to get activated in tandem with time lag of approximately 100 seconds
(configurable) so that field equipments which uses non UPS power like MOVs, Barrier Gate etc.
can come to their desired position before Power Shutdown get invoked. Time lag of 100 seconds
should be made configurable under admin password with audit trail. Software should also
demonstrate the cause and effect diagram on OIC w.r.t real time status of various
equipments/Devices connected to ESD.
a) Blowing of wailing siren at the location and at the Jetty in case of coastal location.
b) Open all mechanized barrier gate for smooth evacuation of hazardous area.
c) Stop all process pumps irrespective of the mode they had been operating at.
d) Close all ROSOVs, DBBVs and MOVs of Delivery, Receipt, Recirculation line of the tanks,
TLF header line, TWL header line, TW unloading header line, P/H manifold, custody
transfer point, exchange pit, etc irrespective of mode of the ROSOVs, DBBVs and MOVs
ie whether Local or Remote Mode
However, for PPL/ Jetty receipt location, closure of ROSOVs, DBBVs and MOVs on
receipt line of the tanks including valves on custody transfer point to be delayed by a
time lag equivalent to the time required for closure of station control valve in pipeline
station/ stoppage of pumps on the vessel to avoid unwanted surges.
The above delay timings can be fine tuned location-wise.
e) Send ESD signal to Pipeline pumping station (Marketing DCS to PLC) which in turn shall
raise audio visual alarm in their control room and to actuate their ESD process
automatically to close their Station Control Valve and Delivery valve.
f) Send ESD signal to OMC (Marketing DCS to PLC) which in turn shall raise audio visual
alarm in their control room, stop their corresponding product transfer pump (incase
IOCL is receiving product from OMC), close their exchange pit valves.
g) Send an emergency signal to Jetty in case of Coastal locations. This signal to jetty
should be connected to portable siren which should be placed in the vessel control
room so that Vessel Master can immediately take shutdown of pumps to avoid pressure
built up in coastal receipt line of marketing tank under receipt.
h) “EMERGENCY “screen should pop-up at all computer connected on TAS LAN at the
location.
i) Whenever an ESD is pressed, it should get logged on to system with a time stamp.
j) System should send an SMS to location in-charge and State Operations Head.
Note: Plant ESD push buttons design should be such that it does not get pressed accidently and
should be protected to obviate accidental operation
Power ESD
Power ESD should get actuated automatically after approx 100 sec (to be configured location
wise) of actuation of Plant Process ESD. Actuation of power ESD should switch off the power to
all the facilities except the following
a) Siren
b) Bore wells
c) Power in Fire P/H, DG, Foam shed and PMCC
d) Security Block
e) Control room including UPS and UPS fed equipments.
f) CCTV
g) 3-4 High Mast lighting Towers in the hazardous and non- hazardous area
h) Lighting at the gate.
i) All MOVs connected in fire hydrant/sprinkler/ Foam lines.
j) Dyke MOVs
Once the ESD is activated, a provision of “time bound ESD override” for selected equipment like
AOPS, Radar level gauge, ESD Push button Station which has led to activation of ESD should be
available under separate highest level of authorization, so that selected facility can be brought
back into function for a configurable time limit within overall ESD active condition. This is
required in specific case to take appropriate actions required to restore normalcy.
11.5 PA Paging: Local call points shall be provided in Control Room, each tank dyke, Pump House, each
battery of TLF gantry, Railway siding, PMCC, DG room, TLD, Fire Pump House, Centralized Fixed
Foam Installation, TM’s Cabin, Amenity Block & Customer service centre. All local call points
should have provision for manual broadcast/ announcement by any employee in case of emergency
or otherwise.
PA paging system should be integrated with Fire Alarm Panel/ TAS so that in case any ESD / BGU
is actuated, it should automatically announce pre recorded message w.r.t the location from
where it is pressed.
11.6 Auto SMS: Pressing of Process ESD should pop up a screen giving two options namely: DRILL or
EMERGENCY. On selecting DRILL, system should send a SMS- “ROUTINE EMERGENCY DRILL AT IOCL
<name of the location> to all the contact in the contact list for sending the SMS regards the drill.
On selecting “EMERGENCY”, system should send SMS-“EMERGENCY AT IOCL <name of the location>
YOUR HELP IS REQUESTED IMMEDIATELY” to all the contact in the contact list for sending the SMS
regarding the Emergency. Location shall keep on updating both the contact lists.
12.0 CCTV Surveillance System:
CCTV surveillance system is to be provided to ensure effective surveillance of various locations
handling Petroleum products and also to create a record for post event analysis. The Surveillance
System shall provide an on-line display of video images on monitors/LCD screens of Client PCs with
in the location through LAN.
Primary area of Surveillance:
➢ Entry / Exit Gate
➢ TLF Gantry
➢ Tank Farm Area
➢ Railway Siding
➢ Product Pump House and Manifold
➢ Tank Truck Parking Area
➢ Exchange Manifold
➢ Perimeter
➢ Control Room
➢ OWS
➢ Oil Jetty
➢ Complete location
➢ Fire Engine Pump House
➢ PMCC
➢ Security cabin
The System shall always have recorded video of last 90 days at any given point of time. The System
will be in compliance to security advisor approved policy issued vide circular AS/CO/18 dt.
19.12.2017 or amendments thereafter.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 230
FUNCTIONAL DESIGN REQUIREMENT OF TAS
CCTV Server and client workstation shall be of appropriate specification as required by the
software design with at least 27” flat monitors. Following shall be the distribution of CCTV
Servers/workstations
Control Room: 1 no. Redundant Server for VMS + 1 no. video analytics server + 1 client work station
+ Display monitor
TM’s Cabin: 1 nos. client work station+ Display monitor
Security gate: 1 no. client work station+ Display monitor
Display monitor: Ultra HD LED (4K)/Video wall or better technology screens to be provided.
Access Control System hardware requirement (ACS): ACS Server and Visitor management
Workstation shall be of appropriate specification as required by the software design with at least
27” flat monitors.
Fire Detection and Alarm System to be provided to facilitate automatic detection of fire in the
incipient stage and its annunciation, so as to prevent the spread.
Fire detection system shall cover all areas of the terminals like Admin. Building, Amenity Building,
control room, Customer service centre, MCC Room, Security Room, QC Lab, Fire Water Pump
House, sample room etc. PA Paging and BGU shall be provided at Tank farm areas.
Main Fire Alarm panel to be provided in Control Room and repeater panels to be provided at
Security Room, Fire pump house & Pipeline Control room (if in same premises).
(Technology for this shall be finalized in due course).
15.0 Hydro Carbon Detection System:
HC Detectors shall be mounted near potential source of leak in hazardous areas e.g. tank dykes,
tank manifolds, pump house manifold etc. Selection of type of detectors and its positioning to be
done after conducting proper Fire and Hydrocarbon Vapour Mapping study as a part of QRA through
reputed agencies.
The display on the OIC shall indicate all information associated with the HC Vapour alarm
condition, Actual vapour concentration in % LEL, type of alarm point crossed i.e. High Alarm, High
– High Alarm and Fault Alarm and the monitor shall also have a tag number indicating location of
HC detector in alarm to alert operators to initiate actions.
On detection of %LEL leak and on crossing of set alarm limit, it shall activate audio visual alarm
in control room and in field.
16.0 Hardware Requirement:
16.1 Operator interface Consoles (OIC): OIC shall be of appropriate specification as required by the
software design with at least 27” flat monitors. Following shall be the distribution of OICs.
16.2 OIC for Alarm display: OIC shall be of appropriate specification as required by the software design
with at least 27” flat monitor and one number additional video wall. Following shall be the
distribution of OIC.
16.3 OIC for Fire fighting system: OIC shall be of appropriate specification as required by the software
design with at least 27” flat monitor and additional minimum 40” LED screen. Following shall be
the distribution of OIC.
16.4 Tank Farm Management System (TFMS): TFMS Server and client workstation shall be of
appropriate specification as required by the software design with at least 27” flat monitors.
Following shall be the distribution of TFMS
Control Room : 2 nos. Server parallel redundant+ 1 client work station
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 232
FUNCTIONAL DESIGN REQUIREMENT OF TAS
Communication Interface Units (CIU): CIU shall be of appropriate design specification and shall
have redundancy and spare ports.
16.5 Tank Truck Entry System (TTES): TTES shall be of appropriate specification as required by the
software design with at least 27”flat monitors. Following shall be the distribution of TTES
Customer service centre: 2 nos.
Control room: 1 no.
16.6 TAS-Management Server (TAS-MS): TAS-MS shall be of appropriate specification as per software
design. TAS-MS would be two in numbers- one as main and other as hot standby. They shall work
in Master- Slave mode. Both should be online having same status all the time. There should be
seamless switch over from one another.
16.7 Programmable Logic Controller (PLC) and Distributed Control System (DCS): There shall be SIL-
3 Certified Safety PLC and Distributed Control System (DCS). Each PLC and DCS shall be of
appropriate design specification. Both Safety PLC and DCS would have in built redundancy to
ensure availability. Redundant PLCs & DCS should be online having same status all the time. There
should be seamless switch over from one another.
16.8 Terminal Server (TS): TS shall be of appropriate design specification and shall have redundancy
and spare ports.
16.9 Local Area network (LAN): All equipments shall be connected on dual LAN having redundancy.
16.10 Printers: Laser jet/high speed online dot matrix printers to be provided for printing FAN at
Security Gate and Invoice room, TAS & TFMS reports in control room, Invoice at Invoice room.
Distribution of printers shall be
Control Room: 2 nos. laser printer (1 no. reports + 1 no. alarms/events) for TFMS and TAS.
Security Gate / Customer service centre : 2 nos. laser printer for printing FAN
Invoice room: 2 nos. heavy duty line printers for printing invoice
16.11 Electronic safe: TAS-MS, CCTV servers, TFMS servers, CIUs, NAS/SAN shall be positioned into
lockable enclosure in the control panel with biometric reader and shall be used only by authorized
person and the details to be logged in TAS/ ACS.
17.0 Software:
It should be window based, multi-user, multitasking, and interactive operating system with
Graphic user interface (GUI). Software provided should have all the operating features given above
and should be such that it can marry different kind of hardware -plug and play. It should be open
with expansion capabilities i.e. it should be able to accept additional product, tanks, bays, pumps,
blending & dosing etc. It should be configurable ie change in product service of storage tanks, TLF
bay etc under the administration passwords. It shall have self diagnostic mechanism.
i. Generation of Reports.
ii. Monitoring of various screens as decided with the administrator.
iii. Operation of valves and pumps
iv. Operation of ESD through OIC
Administrator should be able to define access to various Graphic User Interface for different
level of users depending on the job profile.
Password shall be valid for a fixed period & shall be automatically locked after the expiry of
period. Resetting Password shall be possible only by Administrator. Moreover, three wrong
entries of password shall lock the password for user & needs to contact Administrator to reset
the same.
17.2 Reports
The system should support a flexible reporting package to allow easy generation of report data.
The reports provided should include pre-configured standard reports for common requirements
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 234
FUNCTIONAL DESIGN REQUIREMENT OF TAS
such as Alarm Event reports and customized report generation facilities using standard report
generator tools such as Crystal Report that are configurable by the user.
TAS Monitoring report shall be part of software reports. Report given below is indicative only not
the exhaustive one. It may undergoes to change as per requirement.
a. EH ROSOV shall be stay put type on power failure i.e. it should not close on power failure,
but must close on ESD activation.
a. Fire Engine and Jockey pump shall be integrated with Terminal Automation System for
remote monitoring and Control, however local independent panel shall continue to be
provided with local start/stop provision for local operation.
b. There should be a provision in TAS for auto start of Fire Engine & auto start/stop of Jockey
pumps based on fire hydrant line pressure.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 236
FUNCTIONAL DESIGN REQUIREMENT OF TAS
c. There should be a provision in TAS to select the sequence of operation of Fire Engines and
Jockey pumps i.e. assigning priority to Fire Engines and Jockey pumps in OIC.
d. There should be a provision to put Fire Engine/ Jockey pump under maintenance mode so
that the system should not attempt to give it a Start command.
e. In case any of the Engine/ pumps fails to start in spite of the command from Control Room,
an alarm should be generated and next Engine / pump in the sequence or Standby
Engine/pump should start automatically.
f. Following minimum parameters of each Fire Engines must be available in OIC:
i. Running / Stop Status
ii. Low Lube Oil Pressure alarm
iii. High Water Temperature alarm
iv. Fire Engines Local / Remote mode
v. Fuel Level of Fire Engine’s day tank
vi. Battery low / charger fail alarm
vii. Engine Over speed
viii. Engine fail to start
18.6 Automation of Centralised Foam Feeding (not applicable to trolley based foam system) and
Fixed Foam Pourer System
a. Provision for remote operation of Fixed Foam Pourer system from control room.
b. Remote operation and monitoring of foam pumps & connected MOVs/SOVs (MOV will have
manual overriding/opening provision)
c. Remote monitoring of foam tank level.
d. Provision to operate fixed foam pourer system provided on petroleum product tanks from
Control Room.
a. Cathodic protection of critical pipeline to be provided, wherever the facility and the panel
is available, as auxiliary input in TAS for following available parameters:
i. Pipe to Soil potential (PSP)
b. MFM installed at marketing location for OMC transfer and jetty receipt to be integrated
with TAS and following parameter shall be available in OIC:
c. MFMs installed at Jetty/location for coastal receipts should be as far as possible at jetty
end/ closer to jetty, and wherever the same is not possible it can be installed within
terminal premises in tank pipeline manifold.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 238
FUNCTIONAL DESIGN REQUIREMENT OF TAS
d. MFM being provided to be integrated with SAP through TAS for generation of
Receipt/Dispatch Out turn and same to be accounted for generation of AC-2A and other
product accounting documents.
a. TAS DCS of marketing location with OMC dispatch/receipt is to be integrated with OMC PLC
for sharing of following signals:
• Product name
• Name of the Transaction Companies
• K-Factor ( functionality of date and time stamp of calibration)
• Volume in KL at Ambient temperature
• Volume in KL at 150 C
• Quantity transferred in kg
• Weighted Average Density Kg/m3 of the product transferred
• Weighted Average Temperature in 0C for the product transferred
• Initial and final Totalizer readings in KL
• Flow rate in KL/hr & Flow rate in Tonnes/hr
Rim seal (if applicable) fire protection system shall be integrated with TAS for status and alarm
indication. In case of fire alarm, system shall automatically trigger ESD and in case of fault alarm,
system shall generate Audio Visual Alarm only.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 240
FUNCTIONAL DESIGN REQUIREMENT OF TAS
1.10 On success of interlocks, TT number shall be sent to SAP for posting of TTQ as per SAP-TTQ
protocol.
1.11 Status of validation/non validation of TTQ shall be displayed on LED display for confirmation
to Tank truck crew with green/red colour-Steady based on successful/un-successful results
as below :-
S. SAP Error Character
Description
No. Return Colour
1 A Acknowledgement Pending Red
1.12 All above message on LED display shall be bilingual and shall be configurable through
Software.
1.13 System shall have configurable time to display the message on LED display. LED Display shall
get automatically clear after set configurable time. Default message on LED shall be
‘Welcome to Indian Oil’
Show card
1.14 TAS software shall have provision for manual entry of TT in TTQ in case of TT reporting system
is non-operational and it will be password control.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 242
FUNCTIONAL DESIGN REQUIREMENT OF TAS
2.4 Software shall have following minimum field to capture the details of TT crew:
• Personal Details:
o Name of Person
o Father’s Name
o Date of Registration
o Date of Birth
o Married/Unmarried/Widow
o Qualification
o Bank Account No.
o Bank name
o Tank Truck No.
o Transporter name
• Identification:
o Contact No.
o Aadhaar Card No.
o Present address
o Permanent address:
o No. Of years residing at present address:
o C&A verification status:
o C&A verification date
o Name of SSP office/Thana:
• Health Related Details:
o Eye sight
o Blood group
o Insurance policy no.
o Validity
• Training Details
o OISD – 154 status
o OISD – 154 validity
o Hazardous goods training
o Hazardous goods training Validity
o Driving licence status
o Driving licence validity
o Whether endorsed on DL
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 243
FUNCTIONAL DESIGN REQUIREMENT OF TAS
2.5 Software shall have provision to upload and store the statutory documents.
2.6 List of minimum statutory documents shall be as per Corporate Security manual
o Driving License
o OISD -154 Certificate
o C&A Verification Document
o Aadhar Card
o Annexure - H
o Annexure - J
o Medical Certificate
o Eye Testing Certificate
o Driver Insurance
2.7 Once valid Photo pass is generated, TT crew is mapped with a particular TT and transporter.
2.8 Photo pass ID shall be provided to the TT crew.
2.9 System shall have provision to authorize two drivers & two helpers to a TT or to link drivers
& helpers with transporter having multiple TTs.
2.10 The system should have the provision for temporary authorization of TT crew in case of non
availability of Driver or helper or both. This mapping shall be valid for one trip only for that
TT.
2.11 The same shall be recorded as an exception. Report shall be available for such exception
separately.
2.12 When the TT crew swipe card at PCR at main entry gate before entering the terminal with
FAN, the system shall check TT registration number and TT crew authenticity.
2.13 In case the same is not matched, the system shall check whether another/temporary TT crew
is mapped with the TT. If another/temporary TT crew is mapped with TT, system shall open
the barrier gate and allow the TT for one TT Cycle.
2.14 If TT has come for loading with original TT crew even after authorizing temporary permission;
Temporary TT crew shall be deallocated from TT.
2.15 In case, no authorized TT crew is available with TT, Barrier gate shall not open.
2.16 This software can be a part of TAS software or it can be independent software integrated
with TAS. (TAS vendor discretion)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 244
FUNCTIONAL DESIGN REQUIREMENT OF TAS
Transporter
Transporter
Company
pass No.
pass No.
Validity
Validity
Photo
Name
S. No.
Photo
Name
Tempo
Details
Permis
Details
Details
Helper
Driver
rary
sion
Transporter Company
Transporter Name
From Date
TT Crew
To Date
Validity
Reason
S. No.
Date
1.10 On successful validation of all interlocks, TAS system shall allow the TT to enter
inside terminal premises.
1.11 Status of validation to be displayed in bilingual on LED display at main/security gate:-
S. No. Display Message Status
1 Driver not available in master RED
2 Helper not available in master RED
3 Driver photo pass validity expired RED
4 Driver photo pass validity suspended RED
5 Helper photo pass validity expired RED
6 Helper photo pass validity suspended RED
7 TT mismatch RED
8 Truck number not valid. RED
9 Driver is already inside. RED
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 247
FUNCTIONAL DESIGN REQUIREMENT OF TAS
3.1 In present scenario, No details of TT crew are transferred to SAP as these are not
available within the TAS. On TT crew authentication being a part of TAS; TAS shall
capture the TT crew details along with Tank Truck as per process flow described
above.
3.2 As on date SAP-TAS has following touch points in TT loading operations:-
o Receipt of shipment information from SAP
o Loading confirmation from TAS
o Gate open indication after invoice generation in SAP
o Shipment cancellation in SAP
3.3 On completion of loading, TAS shall send the loading data to SAP for further
processing.
3.4 On integration of new system apart from loading confirmation data, TAS shall also
send the TT crew IDs along with mobile numbers available with it. Suitable changes
in protocol need to be done to cater the same.
3.5 TT crew details shall be printed on invoice.
3.6 The mobile number along with TT crew details shall be shared with customer for their
information, apart from TT registration number being shared in existing system.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 250
FUNCTIONAL DESIGN REQUIREMENT OF TAS
19. In case density is within the permissible limit of the despatched density, the SDV installed
on unloading line will get open to permit unloading of correct product from tank truck.
SDV will be open of corresponding product only as per density of product.
20. TT driver acknowledge the compartment and other details and start the unloading
operation.
21. Pump demand shall be generated from batch controller and pump start automatically.
22. Metering Skid will be installed in downstream of the pump dedicated for decanting, will
evaluate the quantity unloaded from the tank truck.
23. After complete decantation, Once the product is completely emptied from the Tank
Truck, MFM will give signal to close the DCV, TT driver will acknowledge and start the
second chamber after connection to next compartment.
24. Above procedure will be reported till the complete unloading of TT.
25. Once the unloading operation is completed, Driver will show his card at the card reader
or removal of earthing relay system confirm unloading operation is over.
26. System will validate the truck card, on successful validations; System will capture the
unloaded quantity & temperature from MFM and will update the same in system against
that truck.
27. This unloaded data will get posted to SAP. System will calculate the product
loss/deviation quantity by using the product temperature of TT and the product
temperature (source location) received from SAP.
28. Truck Status will get changed to "Fully Decanted"
29. SAP will calculate the Temperature Variation Allowance (TVA), Claimable loss etc. and
a slip will be generated depicting all these calculations including despatch and receipt
temperature.
30. The TT will be authorised to allow to move out of the licensed area, on swapping the
card at TLF license area exit gate. TT status changed to “Outside license area gate”.
31. TT will be permitted to move out from license area within 15 mins(configurable),
otherwise truck will get timed out.
32. Tank truck driver shows the card at Main exit security gate, on successful validation TT
will move out from terminal gate. TT status changed to “Outside security gate”.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 252
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
This specification defines the minimum requirements of terminal Automation System designed
for reliable, effective and optimum control & monitoring of a Petroleum Marketing Terminal
/ Terminal Operations.
1.0 GENERAL
1.1 The terminal automation system software shall be governed by the operating system running
in a real time mode and shall be able to meet all functional requirements as specified
minimum.
1.2 The system shall have an extensive set of self-diagnostic routines, which shall locate and
identify the system failure at least up to module level including redundant components.
Failure of a module in a sub-system shall appear on the Operator Consoles irrespective of the
display selected.
3.0 UPGRADABILITY
3.1 The system architecture shall provide a logical planned implementation of evolving
technologies and provision for up-gradation of existing equipment.
4.2.1 Essentially the TAS Software has to be OPC Compliant, so also the PLC, DCS, tank gauging
system, field devices viz. Batch controllers etc. However, if any of the field devices are not
OPC compliant, the vendor shall provide the driver for at least 3 different reputed
manufacturer’s products meeting our technical specification to enable vendor independence
in choice of these field devices in future.
Automation system communications shall be based on the ISO, Open system Interconnect (OSI)
reference model to provide a migration path to evolving communication standards. The
communication networking shall be selected with optimal loading and higher thruput.
Maximum network loading shall not exceed 80 % of the total offered capacity as per functional
specifications.
6.13 Interfacing of field serial communication links directly to adapters / interface cards residing
within the TAS-MS EISA/ ISA/ PCI slots & using TAS-MS CPU clock cycles shall not be
acceptable. Interfacing of redundant serial links from field equipment to a single front-end
terminal or communication server shall not be acceptable.
6.14 The LAN connectivity between the main control room & the SAP system shall be established
using dual redundant (two physical runs) 6-core armoured fiber optic cabling (2 Core x 2 for
redundancy and 2C for spare) with necessary transceivers as per specifications running in
HDPE/ GI conduits.
system), Pipeline receipt mass Flow meter, OMC Receipt / Dispatch screen any other Third
party Systems, etc which are part of TAS automation
14.1.1 In order to implement the above, the following steps are to be taken:
a. Access level controls implemented at location gateway level (router) to allow only
selected access to TAS servers. This router configuration for white listed access will be
done by IOCL.
b. All TAS machine’s internet data card access to be blocked.
c. All TAS machine’s USB port access to be blocked.
14.2.1 Whenever there is a requirement to provide remote support to the automation system, the
TAS vendor shall send a connection request link from licensed remote support solution (like
Webex, GoToMeeting etc) to the designated IOCL officer through mail.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 257
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
14.2.2 On receipt of the mail, the officer shall open the link from the designated PC of the location.
The remote support connection will be activated.
14.2.3 After authentication, the vendor support executive will access the desktop.
14.2.4 The vendor remote support executive will access the TAS-MS servers through Microsoft
remote desktop (mstsc) from the above mentioned desktop.
14.2.5 The remote support solution must have session recording capability to record these sessions.
14.3 The Automation network should be kept isolated from rest of the communication network as
far as possible. The TAS-MS and predefined Desktop PC earmarked by Location needs to be
connected to IOCL ERP LAN/WAN through a Firewall device (Free Issue item) to minimize the
risk of attack and it must be ensured that there is no direct path or communication between
Corporate network and automation network. Demilitarised zones (DMZ) should be established
and any data which needs to be transferred from or to the Corporate network should be from
this zone only.
14.4 The logic programming/ configuration of firewall would be done by TA vendor based on IOCL
policy guideline.
14.5 A typical connection scheme of Automation network with DMZ is depicted below.
Web Server
DMZ port
14.6.1 Only the required and necessary ports should be opened in FIREWALL for Automation traffic.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 258
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
14.6.2 The FIREWALL policy must deny all permit none rule configured for all the traffic as the base
rule.
14.6.3 Any configuration change in FIREWALL must be done after getting necessary approval from
Location in-charge/ competent authority.
14.6.4 The FIREWALL must be configured to send SMTP alert in case of an attack / The FIREWALL
must be monitored on daily basis to detect if any attack has taken place. This is to be done
during Firewall configuration.
14.6.5 Telnet access to be disabled on FIREWALL. In case of any requirement only SSH
connections/encrypted connections to be allowed.
14.6.6 FIREWALL logging (especially for denied traffic), audit trails should be enabled and the logs
must be stored for at least 2 years as per the Government Guidelines.
14.6.7 No direct traffic should be allowed between corporate network and Automation network.
Industrial protocols and Automation protocols must not be allowed to enter the Corporate
network.
14.7 The following regular activities to be done on FIREWALL to ensure security:
14.7.1 Backup of configuration of FIREWALL needs to be taken on regular basis (Six monthly) and
also whenever any configuration is changed.
14.7.3 The configuration of the FIREWALL must be audited at least twice in a year.
14.8 Switches and routers connecting to Automation network or used in Automation network
need to follow the following security guidelines:
14.8.1 Any configuration change in switches must be done with the permission from Location in-
charge/ competent authority.
14.8.2 Disable the unnecessary services like finger, http, identd, tcp-small-servers, udp-small-
servers or any other service not required.
14.8.5 Only the required services for required IP addresses should be permitted, rest of the traffic
should be blocked through Access Control Lists (ACLs) during firewall configuration.
14.8.6 Password must not be visible in configuration and must always be encrypted.
14.8.9 Backup of configuration of router and switches needs to be taken by the location on regular
basis (six monthly) and also whenever any configuration is changed.
14.8.12 A designated machine with controlled internet access through IOCL internet gateway
identified at each location which would act as the interface between outside world and TAS
servers. Access allowed only to pre-defined users and only through Teamviewer/ Remote
access software application. Auto-invoicing desktop PC at each location is to be used for this
purpose.
15.1.1 Security features provided with Automation systems should be enabled. This should be done
with caution to ensure minimum downtime. Ideally system hardening should be done during
the time of installation and configuration.
15.1.2 Any network services /daemons / ports not required should be stopped and disabled.
15.1.3 Remote access for vendors to Automation systems to be strictly prohibited. Vendor to be
allowed in control room only after proper verification. Also any kind of pen drive / external
disk should not be allowed to be used by vendor on Automation systems. If any patch upgrade
needs to be done, then the same can be downloaded from Corporate LAN from the OEM
website, the software checked for viruses and then deployed on Automation servers.
15.1.4 Any software upgrade / patch deployment should first be done on one server or preferably
test server (in the OEM lab). After the successful deployment of patch/upgrade, the system
should be under observation for few days; If no issues are observed, then only the patch
should be deployed on all Automation servers.
15.1.5 Detailed and comprehensive documentation must exist for installation of Automation servers
along with the original OS / Application software Images and installation keys.
15.1.6 Disaster Recovery Kit should exist containing all the necessary documents, software,
configuration backups, keys, passwords for installation of Automation server.
15.1.7 Standard Operating Procedures document should exist for day to day operations like taking
backups.
15.1.8 Minimum two different levels of user ids should exist – One of monitoring purpose and other
for configuration purpose. The user ID used for monitoring purpose must not have
administrative/configuration rights. Sharing of user IDs should not be allowed and each user
should login by his/her own user id.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 260
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
15.1.9 User ID and the password should never be same. The passwords should be complex consisting
of minimum six alphanumeric characters in length and also allow use of special characters.
The password shall be encrypted.
15.1.10 Audit trails must be enabled for the configuration changes and logging and the same should
be reviewed on regular basis.
15.1.11 Approval must be taken from the required authority before making any configuration
changes in Automation servers. Log register should exist wherein detailed description for
any changes done should be mentioned in the register along with the date, time and name
of the employee making the change.
15.1.12 No internet access to be allowed in Automation servers. User shall only be allowed to use
identified PC (Auto invoicing Desktop PC) through authorised Gateway with Firewall.
15.1.13 The logs and audit trails of the servers must be configured and stored for at least 2 years as
per the Government Guidelines.
17.1.1 The system status level shall be accessible by a single dedicated software key.
17.1.2 A flashing diagnostic message prompt shall be displayed and allow the user to immediately
view the specific error message in a single key stroke without going through a diagnostic
display hierarchy.
17.1.3 A system status display shall provide the current status of every subsystem. Subsystems with
a diagnostic alarm shall be identified by flashing indicator. The system status display shall
include information on the communications system including status of each of the
communication modules for every subsystem.
17.1.4 The subsystem level status display should provide detail information on the subsystem itself
and the status of the individual modules contained therein.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 261
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
17.1.5 The I/O status display shall provide detailed information of each I/O Channel of the
associated device.
17.1.6 The message level diagnostic display shall provide English text message explaining the exact
nature of the diagnostic error and the time and frequency of occurrence. The users shall be
able to go to an archive file to obtain a history of diagnostic messages for the entire system
and additionally shall be able to make a backup copy to a removable media.
20.0 Printer Services shall be accessible by all the devices on the LAN through use of dedicated
LAN Servers as per functional specifications.
21.0 The hardware (model) and system architecture (design/ standard) shall be reliable and
field proven. High-grade components of proven quality, having high MTBF shall be selected
to achieve the desired functionality.
maximum flexibility and performance. The architecture should include support of various wide
area networks using standard hardware and software to link nodes into a single integrated
system.
22.2 The system shall support a scalable architecture for future expansions. Additional operator
interface units shall be able or be added to the TAS system without the need for additional
database servers or I/O Servers. Expansions to database sizing shall be simple (such as entering
a new authorization code) and not require additional database servers or I/O Servers.
23.4.1 General
➢ The Antivirus solution should protect the information assets like servers etc., from all
the attacks originating from places inside/outside network due to virus, Malware, such
as Adware, Spyware, Remote administration Trojan, Dialers, Root kits, Worms, Joke
Programs, Remote Access and Hack Tools and other malicious program, and should give
appropriate warning messages.
➢ Solution should seamlessly integrate all endpoint protection technologies (antivirus,
antispyware, desktop firewall, IPS/IDS, and device control) in a single agent.
➢ The antivirus must protect against all kinds of viruses, Trojan horses and worms
including boot sector, memory resident, file multipartite, macro, stealth and
polymorphism, partition table and any other forms of exploits.
➢ The Antivirus should be capable of detecting and blocking communication from host
that are spreading viruses/ worms to the machine running the antivirus.
➢ The TAS vendor must provide licensed Antivirus package which are reflecting in the
“Leader Quadrant” of Gartner magic Quadrant for Endpoint securities i.e Kaspersky
Lab/ Symantec (Version 12 or above)/ Sophos/ McAfee (Currently Intel Securities
Version 10.1 or above)/ Trent Micro.
➢ It should be possible to upgrade virus definition daily as well as when required. For
that purpose selected access through Firewall would be extended to the authorised
user of TA Integrator.
➢ It should support scan for HTML, JAVA, ActiveX & VB script viruses.
➢ Solution should provide protection for unseen threats (i.e. Zero day Threats) includes
Proactive Threat Scan, which does not rely only on signatures.
➢ The proposed solution should be capable of providing detailed graphical reports
through centralized AV management console. Reports should contain data such as
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 263
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
24.0 Flexibility should be kept in software to re-designate each tank, pump for a new product,
which will in turn maintain its stock accounts as per the amendment.
25.0 Vendor to incorporate and provide various software features as highlighted below as a part
of their standard TAS package as a minimum
25.1 Data Acquisition and Control
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 264
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
25.1.1 The TAS system will provide Data Acquisition and Control facilities using device drivers. Any
other device required for data acquisition and control, device driver for that shall be made
available. It is desirable that all the field instruments which require drivers can be kept in
the library of the system.
25.1.2 In addition, database changes made on-line shall instantly apply system wide and shall not
require a Network Operating System (e.g. NetWare, LAN Manager, Banyan Vines) based file
server to achieve this.
25.1.3 Configuration: The communication drivers can be provided for any device and will be made
on-line after restarting the particular driver process and not the whole TAS. If there is any
particular requirement to restart the whole TAS, that to be carried out with prior intimation
and approval to location preferably when there is no operation. The parameters that can be
modified shall be minimum as follows:
• Device Type
• Communication Port
• Communications Timeout
• Number of Data Bits
• Number of Stop Bits
25.1.4 The system will perform checks on data integrity of all data acquired from the device. Should
and invalid or timeout response be received, the data shall be ignored and the system record
the transaction as an error.
25.2 System Database
25.2.1 The system should provide a comprehensive real-time database incorporating data from
analog, logical or pulse inputs. The database should be configurable by the end user without
the need for any programming and should be able to be modified on-line without interrupting
the operation of the system. However, in case if graphical presentation is required, little
programming may be necessary.
25.2.2 The system should not permit manipulation of the data in the back end.
25.2.3 The database should also provide historization of selected attributes and should be
accessible by all facilities of the system including standards displays, customized displays,
reports, trends, etc.
25.2.4 Configuration: All configuration of the database should be possible while the system is on-
line by users with sufficient security access. Configuration should not require the need for
any programming, compiling or linking and should not require shutting down or restarting of
the system. However TAS / driver process may need restarting, if changes are for device
driver or new device is to be incorporated or new graphical representation is required. In
addition, historical data collection should not be interrupted for device attributes, not
affected by configuration changes.
25.2.5 The system will maintain portions of the database requiring frequent high-speed access as
memory resident information and other less frequently accessed data as disk resident data.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 265
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
Memory resident data shall be checked & pointed to disk every minute to minimize loss of
data in the event of loss of power or other system failure.
25.2.6 Database backup shall be possible with the system on-line including backup of historical
based data. The backup may be stored to either external portable storage device as
available.
25.3 Historical Database
25.3.1 Historization of selected attributes shall be available and shall be configurable for the same
type of attribute. Historization for the selected attributes shall be provided for snapshots
with interval ranging from 5 seconds to 24 hours.
25.3.2 Once assigned to history, attribute data shall be available through standard SQL statements.
The graphical operator interfaces, trend and report generation should be able to access
historical data.
25.3.3 Modifications to the history collection of an attribute data shall be possible on-line without
the loss of previously collected data for the attribute being changed or any other attribute
in the system currently being historized.
25.3.4 System should have provision of taking backup of critical events/Alarms in system and
uploading these to a desired location. Procedure for uploading, details of the server and
critical events list shall be shared with successful bidder.
25.4 Event Database
25.4.1 The system will necessarily maintain the following event information (but not limited to):
• Alarms
• Alarm Acknowledgements
• Return to Normal
• Operator Control Actions [i.e. Operator initiated device control actions]
• Operator Login & Security Level Changes
• On-line Database Modifications
• Communications Alarms
• System Reset Messages.
25.4.2 The Event Database shall be capable of holding up to any number of events on-line. Standard
Displays shall be provided to show the current event information with the most recent event
at the top of the display. Subsequent page forward actions will allow display of progressively
older events. Sorting and filtering of the events shall be possible with pre-configured
standard reports.
25.4.3 The Event Database entries should contain the following information:
• Time & Date Stamp
• Device Name [i.e. Device Tag]
• Event Type [i.e. Device type for the event]
• Alarm Priority
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 266
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
• Device Description
• New Attribute Value
• Engineering Units
25.4.4 The Event Database must also be accessible from other subsystems such as the Operator
Interface and Report Generation.
25.5 User ID & Password Authentication
25.5.1 The operator can login to the system by entering correct user ID and password. The User ID
and password must be of minimum six (6) alpha-numeric characters in length and also allow
use of special characters. The password shall be encrypted.
25.5.2 After a series of three (3) unsuccessful attempts to login, the operator shall be locked for a
configurable period. The time–out period shall be set via system configuration displays.
During operator station lockout, the other windows functions of the computer running the
operator station software shall not be affected.
25.5.3 Each operator shall be assigned a password and a set of authorized areas / group. The
operator may logout at any time.
25.5.4 The system shall provide a facility to allow all operators to change their password at any
time.
25.5.5 When a password is changed, the system shall not permit the new password to be the same
as any of the last ten (10) passwords used in the past three (3) months. All passwords stored
in the system shall be encrypted. Administrator can define the user account validity and he
can forcefully logout the currently logged in user. Provision for automatic timed out/ sign
off from the operator station should be available.
25.5.6 System shall not allow to copy or paste TAS login/ TAS Transaction passwords. The same
has to be mandatorily typed.
25.6 Standard system displays
25.6.2 The Alarm summary, event summary, Device Detail, Communications status, system status
should not require any configuration and shall be automatically populated once the database
has been defined.
25.7 Status Displays
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 267
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
25.7.1 System status displays shall be available on all operator stations. They shall display the
following information:
• Communication failures
• Operator Stations off-line
• Standby mode of the system
25.8 Administration Displays
25.8.1 The system shall provide the following full screen displays as standard:
• Master system menu
• Report summary
• Alarm summary
• Event summary
• Display summary
• System parameters configuration [will be available to admin user]Holiday assignment
• Pushbutton assignment
• Operator definition
• Operator message board
• Device attribute Detail for every configured attribute
25.9 Alarm Management
25.9.1 The system shall support comprehensive alarm detection and management facilities to allow
fast and accurate notification to the operator of abnormal conditions within the process.
25.9.2 Alarm Types: The system will support the following alarm types:
• System
• Process
25.9.3 Alarm Priorities: The System should support any number of alarm priorities as follows:
• Critical
• High
• Low
25.9.4 The audible alarm should be configurable for each of the above alarm priorities. If enabled,
the annunciator on the operator station will sound. The operator station shall be able to use
multimedia technologies (such as wave files and sound cards) to provide realistic alarm
annunciation. In the event that subsequent alarms are received, the audible alarm should
once again be activated.
25.9.5 Alarm Processing: Assigning an alarm to the point will automatically cause the system to
perform the following activities when an alarm occurs:
The alarm shall be time stamped to the nearest second and logged in the Event Database
with the Device Tag, alarm type, alarm Priority, New value and Engineering Units.
The attribute value of the alarm will turn red and flash on any standard or custom display
that uses the attribute.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 268
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
• An Unacknowledged alarm entry shall be made in the system alarm summary for Low, High
and Urgent alarms
• The audible alarm will sound (if configured)
• The alarm annunciator indicator will flash
In addition, the alarm zone of the Operator Interface must show the most recent (or optionally
oldest), highest priority, unacknowledged alarm in the system.
25.9.6 Alarm Acknowledgement: The system will provide for efficient alarm acknowledgement in
a number of ways as follows:
• Selection of the alarm summary display and pressing the dedicated acknowledge button.
• By performing a page acknowledge from the alarm summary display.
On acknowledgement by the operator, the flashing indicator will turn steady, and the device
attribute should remain red on any system or custom graphic. The acknowledgement should
also be logged in the Event Database identifying the operator or station that acknowledged
the alarm. Should the device/device attribute go out of alarm before being acknowledged by
the operator, the alarm should be shown in alarm summary display and remain in the list until
specifically acknowledged by the operator.
25.9.8 Alarm Logging: As well as being logged on the printer, alarms shall be logged on an event
file for future retrieval in alarm reports or archiving to removable media.
25.9.9 Alarm Filtering: The Alarm Summary shall be able to filter the alarms displayed to the
operator.
The filtering criteria shall include as a minimum:
• Alarm Priorities (i.e. Urgent, High, Low)
• Unacknowledged Alarms only
• Individual areas only [i.e. device type wise]
25.9.10 Additional Alarm Information: The TAS system shall provide support for an additional
message to be tagged to the alarm. This message will provide the operator with additional
information on the alarm but will not clutter the alarm summary. It will appear in a separate
message summary at the same time as the alarm appears in the alarm summary.
The messages can be pre configured and then simply attached to individual alarms through
standard display.
25.10 Trending
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 269
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
25.10.1 The system should provide flexible trending, allowing real-time, historical or archived data
to be trended. In addition, trend data types should be able to be combined to allow for
comparisons between data, if possible e.g. current real-time data vs archived data.
25.11.1 The system should support a flexible reporting package to allow easy generation of report
data. The reports provided should include pre-configured standard reports for common
requirements such as Alarm Event reports and customized report generation facilities using
standard report generator tools such as Crystal Report that are configurable by the user.
25.11.2 Standard reports: The following pre-formatted reports should be available on the system:
• Alarm / Event Report
• Operator Trail Report
• Device Trail Report
• Alarm Duration Report
• Device Attribute Report
• Customized report
• Free format report
• TAS monitoring report
• Equipment/system downtime report
25.11.4 Configuration of these reports should only require entry of the schedule information and
other parameters such as Device Name/Device Tag, Filter information, time interval for
search and destination printers to fully configure the report. Specifically, no programming
or scripting shall be required.
25.12.3 It shall be possible to transfer data either periodically (i.e. scheduled), when an event occurs
or on demand by the operator.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 273
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
25.12.4 Data Exchange with Microsoft Excel, Word, XML, PDF, HTML, ODBC (thru’ reports) Databases
etc.
25.14.1 Training
The vendor either at vendor’s premises or on site should provide standard training on all
aspects of the system. Vendor shall provide schedule for training.
27.3 The Status sharing access would be strictly White listed and for only status/ MIS/ Critical
Alarms viewing and strictly “NOT FOR ANY CONTROL OPERATION”.
27.4 The web server shall be interfaced with IOCL’s IS network (Marketing Intranet).
27.5 The web server shall get data from TAS-Management Server and DCS based TAS software.
27.6 The users over intranet shall access the Web server through the IOCL’s network.
27.7 The web server shall use the standard ports (http, https) for providing data to the users over
intranet.
27.8 Web servers shall be installed through Firewall and hooked up with local intranet at the
location.
27.9 Important screens shall be developed by the vendor in HTML/ASP etc for remote viewing by
any PC on the intranet of IOCL.
27.10 HMI pages containing current process data shall be made available on web access to Owner’s
existing intranet on remote PCs. Web Server shall have capability to provide real time trends
of process parameters.
27.11 The web server shall be windows based.
27.12 Software for web server:
27.12.1 The supplied web server shall have license for minimum 20 concurrent users.
27.12.2 Software program shall become the property of Owner. The licenses application shall not
disclose the confidential operations by owners.
27.12.3 The web server shall enable the ability to access the SCADA System provider’s proposed
display screens, reports, trends, etc. through the use of a web browser in a read only fashion.
27.12.4 Simplified graphic screen capturing key parameters should be available. The Web Server
shall enable the ability to access the SCADA System provider’s proposed display screens,
reports, trends, etc. through the use of a web browser in a read-only fashion.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 277
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
27.12.5 Number of HMI screens to be developed for Web Server for display on web clients is 10.
30.0 Graphics:
30.1 Indicative list of graphics to be prepared for:
▪ Terminal Overview
▪ System Architecture (with real time communication status)
▪ Control System Configuration
▪ Gantry Overview (Graphical)
▪ Gantry Overview (Tabular)
▪ Bays Overview
▪ Single Bay Detail
▪ Individual loading point details
▪ Registered Trucks List
▪ Currently Filling Trucks List
▪ All Trucks List - Registered And Filled For The Bay
▪ Meters Calibration (K Factor View) - Product Details
▪ Tank Farm Overview - Product Wise (Including water tank, ethanol, additive, blue dye)
▪ Trends For Tank Farm Parameters
▪ FCU / DCS Configuration Overview
▪ Redundancy Management
▪ Pump House Overview - Product Wise (including additive, ethanol, biodiesel and blue
dye)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 278
FUNCTIONAL SPECIFICATION & SOFTWARE TESTING
TAS Software should have provision to implement human tracking/guard tracking within the
location premises.
Architecture
Client-Server Capable of Multiple dispatch consoles to connect multiple Radioservers via
IP.
Direct IP connection to Direct IP interface to Repeater for all functionality including voice calls.
Repeaters • 2-way direct IP connection for interlinking Repeaters through IP
Network
• 1-way direct IP connection for Multi Repeaters system or stand-alone
repeaters.
Control Stations Presently one Dispatch Console is required whereas provision for 15
Control Stations per Radioserver support.
To provide voice functionality through the control stations.
Analog Interface Control station.
Analog Mode Analog channels support for:
• Open channel voice calls
• MDC signaling
Supported Digital configurations
Conventional analog Through Dispatcher / control stations or direct IP connection (for digital
and digital channels channels)
Guard Tour/Route The module should allow to create routes and assign them to radio users.
Management Each route consists of several checkpoints. A checkpoint can be a
geographic coordinate. Therefore, it should run Guard Tour both inside a
building and outdoors. A checkpoint to be associated with a specific time
interval when the assigned radio user must attend it.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 282
GUIDELINES FOR SAP-TAS INTEGRATION
1.0 The TAS-MS software should be implemented using RDBMS on well-known platforms like
Windows Server 2016 std or latest Server version.
2.0 TAS-MS server should be on Dual Ethernet LAN and there should be a backup TAS-MS server
as Hot Standby using a certified clustering solution.
3.0 There should not be any hard coding of Bays, Products, Trucks, Customer, Destination,
Tanks, IP Address etc. TAS-MS software should be flexible enough for any future expansion.
Users should be able to add / maintain all masters without any modifications to the source
code.
5.0 It should be able to cater to multiple requests at a time from multiple users.
6.0 There should be three levels of security – Database, Application and Operating System.
9.0 Batch-controller wise data for truck filling should be matched with TAS data.
12.0 Remarks and user-id should be printed on FAN. Reprint of FAN should also carry Remarks.
14.0 Truck number should not be split / transposed. It should be kept as char (14) in TAS-MS.
16.0 “Blue Dyed SKO" caption should be printed for SKO for PDS.
17.0 Time, volume, density fields should be prefixed with zeroes and with assumed decimal -
load-completion-data & reconcile-inventory.
18.0 Return data for load-completion should come for all compartments.
19.0 User menus should exist in the TAS software for configuring the bays and products.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 283
GUIDELINES FOR SAP-TAS INTEGRATION
21.0 Product master should be maintained in TAS. Addition of new products should be allowed.
22.0 Grouping of products in one product group should be allowed. SKO Hill and SKO PDS should
be grouped under one common code for SKO i.e. 40. This will ensure that the filling
proceeds unhindered even when new products are added having different codes but stored
and filled from the same physical tank.
24.0 Vendors should maintain database for their own FAN numbers.
25.0 The FAN should be as per OP36 format. All entries including Customer, destination codes
should be printed.
26.0 Response of Socket server should be good - for forward and return data.
29.0 Each FAN number for the day shall be unique irrespective of the fact whether FAN is
generated based on shipment received from SAP or manually through TTES. Invoice should
not get generated in the system, unless TT has been fully loaded.
30.0 Part-loaded truck should get authorized in TAS if Part-filled flag is “Y” for hill-supplies.
31.0 Open New Day should not be allowed if trucks are inside.
32.0 Tank Farm Management System (TFMS) should be integrated with TAS. The TAS should be
expandable so as to add new products and new tanks with their calibration charts in future.
The menu / screens should be able to accommodate such new products and new tanks
which have been added. Also the same tank should be configurable for new products.
34.0 Reconcile-inventory data should not have decimals - only assumed decimal point should be
there.
35.0 It should not be possible to change TT compartment capacity in TAS and should remain
same as received from SAP even with authorisation.
ALL THE ABOVE GUIDELINES SHOULD BE STRICTLY COMPLIED WITH FOR NECESSARY “OK”
CERTIFICATION DURING FACTORY ACCEPTANCE TEST (FAT) AND SITE ACCEPTANCE TEST (SAT).
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along
with associated works at Vallur, Chennai.
Page No. 284
TECHNICAL SPECIFICATION
Note:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 288
TECHNICAL SPECIFICATION
a. Mass Flow meter shall have inbuilt suitable ASTM table as per product classification for
converting the observed density and volume of the product loaded to density and volume at
15 deg C/ 29.5 deg C (selectable).
b. In case MFM do not have inbuilt ASTM table for carrying out required conversion of Volume &
Density as stated above, then vendor can additionally supply, install, configure and
commission flow computers inside Control Room which are capable to convert and transmit
all the above mentioned parameters over dual Ethernet Output for further taking input to
TAS.
c. Vendor to ensure that there should not be any significant delay, loss of data and diagnostic
alarms in the system by way of incorporation of Flow computer in the line and maximum 4
nos. of MFMs can be connected to one Flow Computer.
d. The cost for Flow computer (if required) along with accessories like panel for mounting of
flow computers, power supply unit etc are to be borne by the vendor at no additional cost to
IOCL.
e. One no. of spare flow computer is to be provided, installed, powered ON and configured
inside Control Room so that in case any one of the Flow Computer gets faulty, the spare flow
computer can be utilized to reduce the down time. This is applicable only in case of MFM not
having the inbuilt ASTM table for carrying out required conversion of Volume & Density.
f. Temperature input can be either through inbuilt temperature sensor having desired accuracy
as per OIML R117 for custody transfer or through external temperature sensor/ transmitter
to give desired performance accuracy.
g. In case MFM do not have provision to take the input of External Temperature Sensor/
transmitter, then the same are to be connected to flow computer as per Design Engineering.
h. The cost of flow computers (if required) along with accessories are included in the cost of
MFM and no separate payment shall be made for the same.
i. All Mass Flow Meters shall be calibrated for minimum 2-point density along with flow
calibration to verify accuracy of the meter.
j. In case the Mass Flow Meter requires recalibration/ factory calibration due to any reason
during the execution/ warranty/CAMC period, the same shall be carried out by the Vendor.
In the interim period, spare MFM to be installed at the site which shall meet all above criteria.
k. Mass Flow Meter shall have integrated internal diagnostics, monitoring & verification
capability and capacity of storing verification results in to transmitter and can be downloaded
at a later date. Mass flow meter shall have ability of in situ check of the flow and density
calibrations and maintain Integrity of the system and transmitted to host system.
l. Mass flow meter should able to alert user if out of Factory calibration or not meeting
technical specifications. Verification process can be schedule and executed from Meter or
Host system.
m. Mass flow meter shall be certified by OEM for stress free installation in skids before
Commissioning by OEM.
n. Mass Flow meter shall have provision to access live zero values.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 289
TECHNICAL SPECIFICATION
o. The Mass flow meter shall have high vibration immunity following IEC 68-2-6. The meter
output shall not be affected by the pipeline vibration where the meter is installed. Required
support (Adjustable Screw Type, bellow or better) to be provided for MFM.
p. Maximum 4 number of MFM can be multidrop for integration with DCS.
q. All the diagnostics available in MFM shall be transmitted to DCS.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 290
TECHNICAL SPECIFICATION
TEMPERATURE TRANSMITTER
Thermo well
Transmitter
Note:-
1. Wake frequency and stress calculation for thermo well needs to be submitted by the vendor
as design engineering documents.
2. Cumulative error (RTD+TT) should not exceed beyond +/-0.18 Degree as per requirement of
OIML R117.
3. Following minimum diagnostics must be available on HART and same shall be integrated to
DCS AMS( Asset Management System):-
a. Remote Ranging and Monitoring functions
b. On line communication
c. Temperature input outside Range
d. Excessive ambient temperature
e. Incorrect Span
a. Degraded electrical loop integrity e.g. Water in terminal compartment, improper
grounding, Unstable power supplies
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 292
TECHNICAL SPECIFICATION
Sl.
Parameter Minimum Requirements
No.
1. Size 2”/3”/4” NB (Refer BOQ)
Service White Oil - MS/SKO/HSD/ATF / ETHANOL/ BIO DIESEL (Volumetric
2.
Flow)
3. Design As per ASME Sec VIII Div 1,2013
4. Flow Direction To be indicated on the body
2”/3”/4” Flange, class # 150, RF serrated as per ANSI B 16.5 as per
5. End connection
product line size
6. Flange material Carbon Steel SA 105
7. Type Wire mesh basket type
Min. 100 Mesh of SS 316 for Non-Aviation fuel (White Oil), 60 Mesh
8. Mesh
for Black Oil, 80 mesh for Ethanol and 200 mesh for ATF.
The design of the filter unit shall be such that when the filter
9. Filter Design element is withdrawn, all the dirt is retained in the element or
the filter sump and cannot escape to the outlet side.
For Non Aviation fuel : Carbon steel as per A 106 Gr. B seamless
10. Body / Casing For Aviation fuel : Carbon steel as per A 106 Gr. B seamless
With internally Epicoated.
Required with 1/4” Taps with isolation valves and 3 way manifold.
Differential Pressure The output of the transmitter to be connected to BCU to stop
11. transmitter with loading if % choking of strainer exceeds 50%.
display unit. DPT range shall be 0-2 kg/cm2 and as per recommended
specifications.
12. Design Pressure 15 kg / Sq. cm
13. Hydro Test 1.5 times design pressure
14. Working Pressure 1 – 8 kg / cm2
15. ∆P at max Flow rate 0.25 Kg/Cm2 (g)
16. Temperature Refer Site Data
17. Seals Vendor to specify based on product characteristics
Min ½”drain pipe with Flange, full bore CS ball valve with SS304
18. Drain Connection trim &½ ” blind flange
¾” vent pipe with ¾” Flanged full bore CS ball valve with
19. Vent connection SS 304 trim
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 293
TECHNICAL SPECIFICATION
Sl.
Parameter Minimum Requirements
No.
Self Operated In-built , Float Actuated
Float shall be SS 304.
De-aeration
20.
Mechanism (It should not be breather type. It should release the air trapped
in the system and it should not suck the air from outside.)
Note:
Connection
23 Approvals CCOE/PESO
Note:-
1. Following minimum diagnostics shall be available on HART & available in DCS:-
a. Remote Ranging and Monitoring functions
b. On line communication
c. Pressure input outside Range
d. Excessive ambient pressure / temperature
e. Incorrect Span
f. Degraded electrical loop integrity e.g. Water in terminal compartment, improper
grounding, Unstable power supplies
2. Manifold for PT&DPT to be supplied should be same make.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 296
TECHNICAL SPECIFICATION
4. Test Pressure 1.5 times max. Design pressure i.e. 22.5 kg/cm2
8. Needle Valve SS body with 316 SS needle, tubing through compression type
fittings, 2 nos. (one at upstream and one at downstream).
Secure locking (coded magnetic key/ other proven
technology) to be provided across the needle valve to avoid
manual throttling after final tuning of the DCV has been
done. Needle valve can only be operated when the magnetic
coded key/ other proven technology secured key is inserted
into the device.
10. End Connection 2”/3”/4” Flange, class # 150, RF serrated as per ANSI B 16.5 as
per
line size
11. Mounting Horizontal-Downstream of flow meter
12. Valve Body Carbon Steel ASTM A - 216 Gr. WCB/ Carbon Steel 352 Gr LCC
15. Seals Low Swell Buna-N/ Viton /PTFE/ FF. Vendor to select the most
suitable for respective product applications.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 297
TECHNICAL SPECIFICATION
21. Approvals CCOE / PESO & CMRI required for all Electrical items
Note:-
1. Control Valve shall have features like Bubble tight shutoff, No reverse flow, valve close on
power failure, Adjustable rate of opening & closing of valve.
2. Supply of TRV along with isolation valves along with DCV is in scope of vendor.TRV along with
isolation valves to be provided between the blocked portions of the product line for both
bottom and Top loading Arm.
In case of Bottom loading arm, TRV shall be provided in between bottom loading arm and
first isolation valve in upstream and shall be installed near to isolation valve.
The outlet of TRV shall be connected to main product line along with isolation valve between
ON-OFF valve and MFM as shown in typical drawing.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 298
TECHNICAL SPECIFICATION
2. Design Pressure 15 Kg / Sq cm 15 Kg / Sq cm
(max)
3. Test Pressure 1.5 times max. Design pressure 1.5 times max. Design pressure
i.e. 22.5 kg/cm2 i.e. 22.5 kg/cm2
7. Needle Valve SS body with 316 SS needle, tubing SS body with 316 SS needle,
through compression type fittings, tubing through compression type
1 nos. Provision shall be there to fittings, 1 nos. Provision shall be
lock the needle valve after tuning there to lock the needle valve
has been done so that the after tuning has been done so that
opening/ closing of the needle the opening/ closing of the
valve cannot be done in locked needle valve cannot be done in
condition. locked condition.
Secure locking (coded magnetic Secure locking (coded magnetic
key/ other proven technology) to key/ other proven technology)
be provided across the needle to be provided across the needle
valve to avoid manual throttling valve to avoid manual throttling
after final tuning of the DCV has after final tuning of the DCV has
been done. Needle valve can been done. Needle valve can
only be operated when the only be operated when the
magnetic coded key/ other magnetic coded key/ other
proven technology secured key proven technology secured key
is inserted into the device. is inserted into the device.
11. Valve Body Carbon Steel ASTM A - 216 Gr. Carbon Steel ASTM A - 216 Gr.
WCB/ Carbon Steel 352 Gr LCC WCB/ Carbon Steel 352 Gr LCC
12. Trim Material Stainless Steel/ SS 316 / ASTM Stainless Steel/ SS 316 / ASTM
A351 Gr CF8M A351 Gr CF8M
14. Seals Low Swell Buna-N/ Viton (Suitable Low Swell Buna-N/ Viton
for Product characteristics ) (Suitable for Product
characteristics )
SOLENOID VALVE
2. Body SS 316
9. Hazardous Approval Explosion proof confirming to zone 1 group. IIA / IIB, T3 &
Weatherproof to IP 65 or better, CCOE/PESO & CMRI
approval
10. Power supply 230 V/110V AC
Note:-
1. Hydrostatic / Pneumatic Test Reports for Class VI leakage tests shall be required to be
submitted before dispatch.
2. Based on Minimum no. of activation before failure of solenoid valve, solenoid valves to be
replaced prior to reaching the maximum valve during preventive maintenance by TAS vendor.
Vendor to ensure that during commissioning and maintenance of the DCV, solenoid valves are
tuned properly so that minimal nos. of clicks (activation/ deactivation) of solenoid valves
takes place.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 301
TECHNICAL SPECIFICATION
TRIPLE OFFSET BUTTERFLY VALVE SHORT PATTERN FOR TLF ON-OFF VALVE
A CONSTRUCTION
1. Rating 150#
2. Service MS/HSD/ETHNAOL/SKO/ATF
10. Face to Face Dimension As per API 609 Cat B Table 3C, Short Pattern
B MATERIAL OF CONSTRUCTION
1 Body Cast Steel, ASTM 216 Gr. WCB (in single piece)
C TESTING
5 Verify foundry marking & recording initials of foundry, size, type, heat number
etc.
9 Manufacturer should have valid API 609 license for manufacturing valves. The
valve shall be supplied with API monogram.
11 Valve to confirm to fugitive emission norms as per ISO 15848 class B. Valve to
comply to part-II (Production Testing) – 10% as per size or class rating
12 MTC for 100 cycles for valve (preferably the largest size) per order as a
production test.
13 Vendor to ensure that valve disc does not foul with pipe flanges.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 304
TECHNICAL SPECIFICATION
1.0 SCOPE
1.1 The scope of this specification covers design, manufacture, assembly, shop testing
and supply of failsafe electro-hydraulic actuators for remote operated Shut-off Valve
(ROSOV).
2.1 The equipment shall comply with the requirements of latest revision of the following
standards issued by BIS (Bureau of Indian Standards) unless specified otherwise:
2.2 In case of imported equipment, the standards of the country of origin shall be
applicable if these standards are equivalent or more stringent that the applicable
Indian standards.
2.3 The equipment shall also conform to the provisions of Indian Electricity Rules and other
statutory regulations currently in force in the country.
2.4 In case Indian standards are not available for any equipment, standards issued by IEC/
BS/ VDE/ IEEE/ NEMA or equivalent agency shall be applicable.
2.5 In case of any contradiction between various referred standards / data sheets and
statutory regulations, the following order of decreasing priority shall govern:
➢ Statutory regulations
➢ Data sheets & Job specifications
➢ Codes and standards
➢ Manufacturer’s standards
2.6 The actuator and its associated materials/parts shall be designed, manufactured &
tested conforming to latest editions of the applicable Indian Standards and / or API
RP, including the standards as per Annexure VI, except where it has been modified
and/or supplemented by these specifications.
3.2 Vendor shall ensure availability of spare parts and maintenance support services for
the offered equipment for at least 15 years from the date of supply.
3.3 The vendor shall be responsible for design, engineering and manufacturing of the
complete actuator to fully meet the intent and requirements of this specification and
attached data sheets.
4.1 The offered Electro Hydraulic actuator assembly shall be minimum SIL-2 certified by
TUV/Exida conforming to IEC 61508 and IEC 61511.
4.2 The specifications as detailed below are minimum requirement and shall be
available in the offered actuator.
4.3 The specification for Actuator shall be read along with specification for Triple off-set
butterfly valve and this specification together is deemed to cover complete unit of
ROSOV.
4.4 Only one make of the actuator (for each type, size and rating of the valve) is to be
selected.
4.5 Each electro-hydraulic Actuator of Triple Off-set butterfly valve shall include the
motor, hydraulic pump, hydraulic manifold, reservoir, in-built safety system, pressure
transducer for indication of hydraulic oil pressure along with position indicators, limit
switches, solenoid valves, tubing, electrical & hydraulic controls, terminal box etc. as
a self-contained unit.
4.6 Use of external Accumulators to meet the functionality of ROSOV are not permitted.
4.7 The offered Actuator shall be Stay-put type on power failure and failsafe to close on
communication failure. Actuators to use spring return mechanism to achieve fail-safe
action.
4.8 The actuator shall have local integrated control unit for opening /closing of valves
with open/close indications and other essential monitoring and diagnostics indications
and controls. It shall have facility for non- intrusive setting of controlling and
diagnostics parameters.
4.9 The body of actuator assembly shall be of anodized aluminum / Carbon Steel and all
piping to be of SS316. All the fittings shall be of Swagelock /Parker make only.
4.10 The actuator shall be sized to guarantee valve closure and provide sufficient thrust to
position and fully stroke the valve against the maximum differential pressure (0.25
kg/cm2) with a safety margin that may develop under the specified process and/or
start-up conditions.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 307
TECHNICAL SPECIFICATION
4.11 The operating speed for valve closing is critical being ESD system and shall be at
approximately 1-2 second per inches size of the valve. Opening speed would be 60 sec
or as per the design of the valve whichever is higher.
4.12 Two selector switches (lockable) shall be provided on the actuator, one for
Local/Stop/Remote selection with pad-lock for each position and the other for Open,
Close and Stop Commands.
4.13 The Electro-hydraulic actuator shall have in built facility for detecting under
pressure/Over pressure/Stalled conditions (in case of stall in mid travel – i.e jammed
event) during mid travel of the actuators by means of pressure transducer which will
stop/inhibit motor and generate an alarm and thus preventing damage to the valve.
4.14 A local LCD display shall be provided for monitoring continuous indication of the
actuator position.
4.15 A separately sealed compartment containing segregated power and control terminals
shall be provided. Earthing terminals shall be provided at the external of
ROSOV.
5.1 “Actuator design torque” shall be based on maximum valve pressure rating ANSI Class
#150 at design temperature and additional safety margin of 25% (i.e. 1.25 times of the
maximum valve pressure rating). The actuator shall be capable of opening the valve
with the maximum differential pressure (0.25 kg/cm2) across the valve (equal to the
maximum specified design pressure on one side and atmospheric pressure on the other
side).
5.2 The Successful bidder shall specify and tabulate the required torque figures for each
valve and the torque the actuator shall deliver against each valve position. The torque
values shall be expressed in Newton meter (N-m) and shall be given for the following
valve positions meeting the tender and valve requirements:
5.3 The successful bidder shall also specify the values of the torque for –
Local Control
• When the selector switch of the actuator
is put on local mode, then local opening
and closing of actuator can be done from
local control panel mounted on the
actuator.
Feedback:
• Common status contact (Monitors Relay
trip feedback)
- Loss of one or more power supply
phases
- Loss of Control Circuit supply
- Thermal cut out fault alarm for
Actuator motor
- Excess Internal hydraulic pressure
fault alarm
- Any other local fault/ abnormal
condition.
• Local/ Remote selector switch positions
• Valve opened (Open limit switch)
• Valve Closed ( Close limit switch)
• Internal battery low (if provided)
Control:
• Valve Open command
• Valve Close Command
• ESD
• Partial Stroke Test. (Momentary opening
and closing of the ROSOV (5% or as per OEM
Standard) to check the healthiness of the
valve). It should be integral and built in
feature of the actuator.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 314
TECHNICAL SPECIFICATION
20. Conduit entries for cables in • Actuator shall be supplied with suitable
Actuator cable entries of:
4 nos. M20 and 2 nos. M25) OR 4 nos. M25 OR
(1 No M25 and 2 nos. M32)
21. FLP & WP Cable Glands, All the actuators to be supplied along with FLP
Reducers & Plugs & WP nickel plated- brass double compression
cable glands (as per nos. of available cable
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 315
TECHNICAL SPECIFICATION
MECHANICAL FAIL SAFE ELECTRICAL ACTUATOR FOR TOBV FOR ON-OFF APPLICATION
2.0 SCOPE
7.1 The scope of this specification covers design, manufacture, assembly, shop testing
and supply of Mechanical failsafe electrical actuators for remote operated Shut-off
Valve (ROSOV).
8.1 The equipment shall comply with the requirements of latest revision of the following
standards issued by BIS (Bureau of Indian Standards) unless specified otherwise:
8.2 In case of imported equipment, the standards of the country of origin shall be
applicable if these standards are equivalent or more stringent that the applicable
Indian standards.
8.3 The equipment shall also conform to the provisions of Indian Electricity Rules and other
statutory regulations currently in force in the country.
8.4 In case Indian standards are not available for any equipment, standards issued by IEC/
BS/ VDE/ IEEE/ NEMA or equivalent agency shall be applicable.
8.5 In case of any contradiction between various referred standards / data sheets and
statutory regulations, the following order of decreasing priority shall govern:
➢ Statutory regulations
➢ Data sheets & Job specifications
➢ Codes and standards
➢ Manufacturer’s standards
8.6 The actuator and its associated materials/parts shall be designed, manufactured &
tested conforming to latest editions of the applicable Indian Standards and / or API
RP, including the standards as per Annexure VI, except where it has been modified
and/or supplemented by these specifications.
9.2 Vendor shall ensure availability of spare parts and maintenance support services for
the offered equipment for at least 15 years from the date of supply.
9.3 The vendor shall be responsible for design, engineering and manufacturing of the
complete actuator to fully meet the intent and requirements of this specification and
attached data sheets.
10.1 The offered Electrical actuator assembly shall be minimum SIL-2 certified by
TUV/Exida conforming to IEC 61508 and IEC 61511.
10.2 The specifications as detailed below are minimum requirement and shall be
available in the offered actuator.
10.3 The specification for Actuator shall be read along with specification for Triple off-set
butterfly valve and this specification together is deemed to cover complete unit of
ROSOV.
10.4 Only one make of the actuator (for each type, size and rating of the valve) is to be
selected.
10.5 Each electric Actuator of Triple Off-set butterfly valve shall include the motor, in-
built safety system, limit switches, solenoid valves, electrical controls, terminal box
etc. as a one unit.
10.6 The offered Actuator shall be Stay-put type on power failure and failsafe to close on
communication failure. Actuators to use spring return mechanism to achieve fail-safe
action.
10.7 The actuator shall have local integrated control unit for opening /closing of valves
with open/close indications and other essential monitoring and diagnostics indications
and controls. It shall have facility for non- intrusive setting of controlling and
diagnostics parameters.
10.8 The body of actuator assembly shall be of anodized aluminum / Carbon Steel/SS.
10.9 The actuator shall be sized to guarantee valve closure and provide sufficient thrust to
position and fully stroke the valve against the maximum differential pressure (0.25
kg/cm2) with a safety margin that may develop under the specified process and/or
start-up conditions.
10.10 The operating speed for valve closing is critical being ESD system and shall be at
approximately 1-2 second per inches size of the valve.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 320
TECHNICAL SPECIFICATION
10.11 A local LCD display shall be provided for monitoring continuous indication of the
actuator position.
11.1 “Actuator design torque” shall be based on maximum valve pressure rating ANSI Class
#150 at design temperature and additional safety margin of 25% (i.e. 1.25 times of the
maximum valve pressure rating). The actuator shall be capable of opening the valve
with the maximum differential pressure (0.25 kg/cm2) across the valve (equal to the
maximum specified design pressure on one side and atmospheric pressure on the other
side).
11.2 The Successful bidder shall specify and tabulate the required torque figures for each
valve and the torque the actuator shall deliver against each valve position. The torque
values shall be expressed in Newton meter (N-m) and shall be given for the following
valve positions meeting the tender and valve requirements:
11.3 The successful bidder shall also specify the values of the torque for –
Feedback:
• Common status contact (Monitors Relay
trip feedback)
- Loss of Control Circuit supply
- Thermal cut out fault alarm for
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 325
TECHNICAL SPECIFICATION
Control:
• Valve Open command
• Valve Close Command
• ESD
• Partial Stroke Test. (Momentary opening
and closing of the ROSOV (5% or as per OEM
Standard) to check the healthiness of the
valve). It should be integral and built in
feature of the actuator.
20. Conduit entries for cables in • Actuator shall be supplied with suitable
Actuator cable entries of:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 326
TECHNICAL SPECIFICATION
21. FLP & WP Cable Glands, All the actuators to be supplied along with FLP
Reducers & Plugs & WP nickel plated- brass double compression
cable glands (as per nos. of available cable
entries) & FLP plugs (min. 1 nos. of each size)
as standard supply without any additional cost
to IOCL.
22. Terminal screws, washers At least two set of Power & Control terminal
and O-rings (Spare) screws, washers and O-ring shall be supplied as
standard supply without additional cost with
each actuator
Note: DC Motor shall also be accepted however supply to actuator shall remain single
phase AC only. Actuator shall have inbuilt AC to DC conversion.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 329
TECHNICAL SPECIFICATION
Material of Construction
End connections 3”/ 4” (as per line size) ANSI 150 # RF flanged at one end and other
13
end open
Body 1st Arm Carbon Steel;
14
2nd Arm Aluminium
Seals VITON/ PTFE with Viton insert
15
Gaskets Jointing gasket between two flanges shall be SS spiral wound
16
metallic gasket. Filler material shall be of Flexicarb flexible
graphite (FF).
Swivel Joints Carbon steel – 3 nos. and 1 no. Aluminium ( Drop tube swivel)
17
Spring Material EN47 / 45
18
Inboard Arm Carbon steel material conforming to ASTM A 106
19
Seamless Aluminium pipe material to avoid sparking.
20 Outbound Arm
MOC : Aluminium
21 Drop Tube
Dia : 80 NB / 100 NB ( As per line size)
Length:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 330
TECHNICAL SPECIFICATION
25 Technical requirements • Loading Arm shall consist of base riser, inboard arm,
outboard arm, drop pipe, swivel joints, vacuum breaker,
balancing arrangement, supporting arrangement and
locking arrangement for filling position (Rod with screwed
clamp) and parking position.
26 In board / Outboard • The arm pipe thickness shall be selected for the specified
Arm design pressure, and the bending and torsional stresses
encountered in the loading operations.
27 Swivel Joints • The swivel joints shall be split type & designed to make the
arm manoeuvrable with the effort of a single person.
Operating torque of any swivel should not be more than 5
Kg.m.
• The swivel joints bearing surface material and ball bearings
material shall be suitable for fluid handled. Bearing
surfaces and ball bearings shall be suitably hardened to
ensure long life. The swivel joints shall be lubricated type.
• The swivel joints shall have corrosion-proof sealing surfaces
(Anti corrosive layer) of stainless steel or vendor’s proven
standard material.
• Grease release system shall have a grease entry nipple and
a pressure relief nipple to allow old grease to exit to
prevent over pressurization of swivel.
• Seals shall be Viton B or equivalent
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 331
TECHNICAL SPECIFICATION
Note: Top loading arm for MS to be provided with vapour recovery arm/hose as per drawing and
detailed design Engineering.
1.0 Equipment shall be subjected to stage wise expediting, inspecting and testing at vendor’s/
sub vendor’s works by authorized Inspection Agency to be arranged by vendor and
inspection charge to be borne by the vendor. Vendor shall submit Quality Assurance (QA)
procedures before commencement of fabrication. QA procedures shall form the basis for
equipment inspection.
2.0 Inspection and Testing at Vendor’s / Sub Vendor’s works shall include but not be limited
to the following Inspection and testing at vendor’s works and copy of the successful test
report to be submitted to IOCL:
• Dimensional check
• Checking of all material test certificates
• Review of D.P. Test
• Hydrostatic test of complete loading arm assembly at 1.5 times of design pressure for
minimum 30 minutes.
3.0 For pressure loading arms, 100% Radiography (X-ray) of all butt-welded joints (Pressure
containing welds).
4.0 For atmospheric loading arm, 10% Radiography (X-ray) of butt-welded joints (Pressure
containing welds).
• Swivel test: rotational test at Design Pressure.
• Operability test for each loading arm to check complete working envelope.
5.0 Any or all the tests, at IOCL’s option may be witnessed by IOCL / its authorized inspection
agency.
6.0 Acceptance of shop tests shall not constitute a waiver of requirements to meet the field
performance under the specified operating conditions. Inspection by IOCL / representative
shall be regarded as check up and in no way absolve the vendor of his responsibility.
1.0 All exposed carbon steel parts to be painted shall be thoroughly cleaned from inside and
outside to remove scale rust, dirt and other foreign materials by wire brushing / sand
blasting as applicable. Minimum acceptable standard in case of power tool cleaning shall
be St. 3 and in case of blast cleaning shall be SA 2.5 as per Swedish standard SIS 055900-
1967.
• Non – ferrous materials. Austenitic stainless steels, plastic or plastic coated materials.
• Insulated surfaces of equipment and pre-painted items need not be painted.
• Stainless steel surfaces, both inside and outside. Shall be pickled and passivated.
• Machined and bearing surfaces shall be protected with varnish or thick coat of grease.
2.0 Depending on the environment the following primer and finish coats shall be applied:
3.0 Color Band shall be provided on loading arm as per Product color code at site.
1.0 All packaging shall be done in such a manner as to reduce the volume. The equipment shall
be dismantled into major components suitable for shipment. All assemblies shall be
properly match marked for site erection.
2.0 Attachments, spare parts of the equipment and small items shall be packed separately in
wooden cases. Each item shall be appropriately tagged with identification of main
equipment. Item denomination and reference number of the respective assembly drawing.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 334
TECHNICAL SPECIFICATION
3.0 Detailed packing list in waterproof envelope shall be inserted in the package together with
equipment Each equipment shall have an identification plate giving salient equipment
data, make, year of manufacture. Equipment number, name of manufacturer, etc
Note : Loading arm Gaskets shall be Teflon for loading points having MS blended with Ethanol.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 335
TECHNICAL SPECIFICATION
1.0 GENERAL
1.1 Bottom loading arms are required for loading petroleum products (MS/HSD/SKO/ATF) into
road tankers and vapour recovery arm for recovering vapours (MS), which will be connected
to tank truck with bottom loading Equipments as per API 1004.
2.0 Bottom Loading Arm & Vapour recovery arm shall have following feature :-
2.1 Design should be such that arms can fully cross over within the API RP1004 specific loading
envelope. Bottom Loading Arm should be fitted with API Coupler conforming to API RP 1004.
2.2 All API Couplers should be easy to maintain with automatic latching and ergonomic ball type
handle.
2.3 Vapour recovery arm will be complete with poppeted vapour coupler to comply with API
RP1004 standard. Coupler should also have a sight glass for visible warning of liquid in vapour
line.
3.0 With Bottom Loading System the Tank Truck Driver should be able to carry out the following
basic tasks:-
3.1 Park the bottom loading tanker in correct position in the loading area.
3.2 Connect the grounding & overfill gantry plug from Rack Monitor to the truck mounted overfill
and grounding system to enable permissive state.
3.3 Connect the grounding units to the tank truck.
3.4 Connecting the Vapour arm to the Vapour recovery connection on the truck for loading MS.
3.5 Connect Bottom Loading Arm API Coupler to the tanker.
3.6 Open Tanker Foot Valves / Emergency Valves and Compartment Vapour vents.
3.7 Start the loading operation through Automation System once all the interlocks are healthy.
3.8 When loading is completed, Driver disconnects the Bottom Loading Arm and vapour recovery
arm (after loading MS) & closes the Tanker Foot Valves Vapour Vents provided on the Manhole
Covers on the Top of the tankers.
4.0 SCOPE
The purpose of this specification is to define minimum requirements for bottom loading arm
for loading Petroleum products to Tank Truck and vapour recovery arm for recovery vapour
from Tank Truck during loading of MS. The bottom loading arm and vapour recovery arm shall
be designed, manufactured, inspected, tested & supplied as per the minimum requirements
as specified in this specification.
5.0 REFERENCES
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 336
TECHNICAL SPECIFICATION
The following standards, codes & regulations whichever applicable in their latest edition
including their addenda at the time of bidding shall form the basis for design, fabrication,
testing & acceptance of the loading arm.
ASTM : Material of construction of the pipes, flanges, valves, joints, etc.
ASME, ANSI, API : Specification of the pipes and flanges
TTMA : Tank Truck Manufacturers Association
Wherever international standards and codes are not available, vendor may follow his own
proven standards and practices based on formal approval by IOCL.
7.0 Design
7.1 The loading system should be able to fill all compartments of the vehicle without needing to
move the vehicle. The spacing between loading systems at the loading island should allow the
loading arms to be operated independently, without interference between each other, or
meter heads, and with minimum obstruction of access for the operator. End connection of
bottom loading arms shall have suitable provisions to avoid any spillage during connection /
disconnection and dry break coupling.
7 Balancing Arrangement
• The arms shall be counter balanced by Gas Strut/
compression spring assembly, torsion spring box
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 340
TECHNICAL SPECIFICATION
8.1 Vapour recovery arm shall be of 3” (80 NB) with poppeted vapour coupler to comply with API
RP1004 standard for bottom loading complete in all respect. End connection of vapour
recovery arms shall have suitable provisions to avoid any spillage during connection /
disconnection and dry break coupling. Vapour recovery arm to be provided at bay where
provision is there for loading MS (Motor Spirit). Coupler should also have sight glass for visible
warning of liquid in vapour line.
9.1 Non-Sparking type non-return valve (Check Valve to ensure no reverse flow) shall be provided
at the end of each Vapour recovery arm before the same is connected to the vapour loading
header provided in the gantry.
• Swivel Test: Rotational test of swivel at design pressure at 20000 cycles. (type test
report to be submitted of within 1 year)
• Swivel leak detection Test: Leakage test for leak detection port of swivel joint under
pressure to be witness by TPIA.
• Spring life cycle test: Vendor to submit test report of 200000 cycle test on one
number of springs per batch certified from Purchaser’s authorized inspection agency
for approval. Operability test for each bottom loading arm to check complete
working envelope.
10.3 The unit shall be performance tested at site after commissioning. Vendor shall establish the
following parameters as a minimum: Complete working envelope, Movement / operation of
complete bottom loading arm by a single person.
12.2 Attachments, spare parts of the equipment and small items shall be packed separately in
wooden cases. Each item shall be appropriately tagged with identification of main equipment.
Item denomination and reference number of the respective assembly drawing shall be
specified.
12.3 Detailed packing list in waterproof envelope shall be inserted in the package together with
equipment.
12.4 Each equipment shall have an identification plate giving salient equipment data, make, year
of manufacture, Equipment number, name of manufacturer, etc.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 344
TECHNICAL SPECIFICATION
Sl.
Description Requirement
No
1.
Function To detect the position of loading arm
2.
Type Proximity / Limit Switch
3.
Supply Voltage 24VDC
4.
Operating Temperature Refer Site Data
7.
Material Housing / Sensing Face Stainless Steel
8.
Output Potential free contact to Batch Controller
NOTE: Isolator to be provided for Intrinsically Safety if non ex-proof type sensor is used.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 345
TECHNICAL SPECIFICATION
(Offer Rack Monitor shall be compatible for integration of overfill sensor/probes with below
mentioned specification)
Sr. No Parameter Description
A Overfill Sensor
ATEX and PESO approved and shall be as per API RP 1004 &
5. Approvals
EN13922
Description of the • The wiring connectors shall ensure the tank truck body is
1. set up bonded to the gantry earth so long as the plug body is
correctly mounted. This will enable dissipation of static
electricity and prevents sparks due to differences in
potential.
• Optic Socket must be manufactured in accordance to API
RP 1004 andmust be moisture proof with 6 / 8 /10 stainless
steel pins in Bakelite/metal housing.
Associated PVC dust cap, Dummy for 5-wire system, probes, optic socket,
6.
Equipment grounding bolts.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 348
TECHNICAL SPECIFICATION
RACK MONITOR
Sl.
Description Minimum Requirement
No
1 Features • Multipurpose monitoring and prevention of overfill in a tank truck
with inbuilt bonding verification system.
• Rack Monitor shall be compatible with Optical type overfill sensor
both for 2 wire as well as 5 wire system as per API RP1004 &
EN13922
• When Rack Monitor is connected to Tank truck (TT) through Optic
socket, the system shall also detect sensor fault, overfill
activation and also ensure proper bonding of the Tank truck.
• It shall identify total nos. of healthy sensors connected over 2
wires as well as 5 wires and required LED indication for the same
to be provided in the Rack Monitor and the data to be transmitted
to TAS over Serial Interface.
• Shall have Self diagnostic features and transmitted to Host
system.
• It shall support at least 8 nos. of probe irrespective of whether
they are connected over 2wires/ 5 wires.
2 Output • Relay contacts 2NO+2NC, 5A, 230VAC. (One set for bonding fault
and one set for Overfill alarm)
• Serial Interface: 1 no. for transmitting overfill alarm and status
of all the connected sensors inside the TT.
9 Plug and • 10 pin gantry plug with min 3 bayonets, SS Stainless steel. ATC
Cord sets copper cable, coiled type of 8 m.
• Truck plug/ Optical socket fixed with Tank truck can be of 6/8/10
pins 3J as per API standard. Rack monitor shall be compatible with
all the above mentioned Truck plug/ Optical socket.
Note:
1.0 Relay output of the Rack Monitor to be connected to BCU for interlock purpose. i.e. Loading
should only commence or continue loading till the output of the Rack monitor is healthy.
2.0 Serial interface output (Modbus) of the Rack monitor is to be connected to TAS (DCS) for
transmitting over fill alarm and status of all the connected overfill sensors inside the TT.
In case of overfill alarm, safety PLC shall close the ON-OFF valve and the corresponding
BCU shall close the DCV of the respective loading point.
Based on the shipment received from SAP, TAS shall internally check nos. of compartment of
the TT and compare it with the nos of healthy sensor of respective TT as received from Rack
Monitor through Serial Interface.
In case there is a mismatch (ie sensor bypassed/ faulty), system should generate an alarm and
loading should not start. The required cabling and its interlock development are in the scope
of the vendor.
4.0 Installation drawing for mounting of the optic socket, bonding bolt, optic probes and its
interconnection drawing on TT to be provided by the vendor for proper function of the
overfill sensors.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 350
TECHNICAL SPECIFICATION
General
9. Set Pressure 8.0 -10.5 kg /cm2 depending upon Site specific Line Pressure
with adjustable check nuts
10. Seat Leakage As per FCI 70-2 (ANSI 16.104, Class IV, V & VI (Standard
Leakage Rates). Metal to Soft Seating- Bubble tight (Zero
Leakage).
Material of Construction
17. Gasket All gasket used shall be of metallic type. Gaskets with
asbestos filler shall not be used
Note: TRV along with isolation valves, NRV (if recommended by OEM or standard design) are to be
provided at every blocked portion of the pipeline to discharge the excess pressure built up in
downstream to upstream across the pipeline at TLF gantry and Header line as per BOQ.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 352
TECHNICAL SPECIFICATION
1.0 GENERAL
1. The grounding unit shall be based on Resistance-Capacitive type. The system should
recognize whether the earthing socket of the grounding unit is connected to earthing bolt
of the Tank Truck or any other structure by analyzing the capacitance of the tank truck
as a part of the grounding circuit.
• TECHNICAL SPECIFICATION:
11. Enclosure Earthing connection Minimum 2 bolts on the exterior for enclosure earthing
13. Local display and indication Inbuilt, LCD/LED, Digital in Engineering Unit (pF) for
through Lamp display of Resistance and capacitance values along with
minimum two No. LED indication lamps i.e. Green and
Red.
14. Control output 2 nos. of Potential Free contacts rated for 110V DC 0.5
amp / 230V AC 1.0 amp as an input to two Batch
Controllers, one number serial output (Preferably
Modbus serial)
16. Accessories 1 no. of high quality heavy duty SS/ brass sockets along
with flexible, industrial grade, rugged, chemical &
abrasion resistant Copper coiled cable of minimum core
size 16 sqmm for TT manual earthing separately
1.0 Serial interface output (Modbus) of the earthing relay is to be connected to TAS (DCS) for
transmitting earthing relay status along with all diagnostics e.g. Resistance, capacitance,
communication health, setting of resistance and capacitance, Permissive status etc.
Details required to nbe integrated are Capacitance Charge (pf), Low resistance (ohms),
High resistance (ohms), Low Capacitance (pf), High Capacitance (ohms), Process value of
Capacitance (ohms), Process Value of Resistance (ohms), Output relay status (NO/NC),
Capacitance bypass status
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 354
TECHNICAL SPECIFICATION
2.1 On positioning of TT at loading bay, TT driver connect the socket 1 of the earthing Relay to
one of the grounding bolt. The earthing Relay measures the capacitance of the TT with respect
to Ground.
2.2 If the capacitance measured by the Earthing Relay is in the normal range for tanks trucks
(4500 to 7200 pF typical and may vary according to size of tank trucks), the grounding system
will recognize that it has made a positive connection to a tank truck and not with any
structure.
2.3 Once the truck is identified based on the capacitance value, the earthing relay shall provides
healthy indication to TT driver for connecting second socket to the second grounding bolt of
the TT.
2.4 Once the second socket is also connected to the TT, the system shall continuously measure
and monitor the resistance across the Earthing Relay Terminals. This will ensure that the TT
gets connected to both end of the Earthing Relay via Bus bar & GI strips which in turn are
connected to Earth pits.
2.5 The loading operations shall be permitted by the earthing relay only if the resistance is less
than 10 ohms (i.e. there is no break/ carbon deposits at joints of the GI strip connecting to
Tank Truck & Earthpit), which ensures proper and adequate earthing of the Tank Truck.
2.6 System becomes non permissive if potential difference between TT and earthing relay goes
beyond 1 volt.
Note:
Vendor has to demonstrate the above interlock physically at site towards system’s
acceptance.
Earth cable for earthing of TLF instruments, structures, JBs etc should not be connected
to any one of the above mentioned GI strips.
Vendor to submit the mounting drawing of the grounding bolt that is required to be
mounted on the TT for required connection between grounding unit and Tank Truck.
The grounding bolts to be welded on TT by IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 356
TECHNICAL SPECIFICATION
1. Enclosure Flame proof suitable for min. T6, Gas Group II A & II B as per IS: 2148
and IP 65 or better as per IS 13947. The enclosure shall have two
compartment one for indication lamp and push button, other
compartment for Terminal block.
10. Cable Glands Flameproof, double compression brass cable glands required for cable
connections
Flame proof suitable for min. T6, Gas Group II A & II B as per IS: 2148
1 Enclosure
and IP 65 or better as per IS 13947. The enclosure shall have two
compartment one for indication lamp and push button, other
Compartment for Terminal block.
Three nos. for Start (Green color), Acknowledge(Yellow) and Stop
2 Push Button
(Red Mushroom head with stay put push button)
8 Temperature ‐5 to 55 Deg C
Flame proof suitable for min. T6, Gas Group II A & II B as per IS: 2148
1 Enclosure
and IP 65 or better as per IS 13947. The enclosure shall have two
compartment one for indication lamp and push button, other
Compartment for Terminal block.
Three nos. for Start (Green color), Acknowledge(Yellow) and Stop
2 Push Button
(Red Mushroom head with stay put push button)
Three nos. (Orange/any color other than mentioned above)
ACK push button for
“ Battery Cut Off Switch”
“Confirmation for placing 10 kg Fire Extinguisher in front of TT”
“Confirmation for applied the Hand Brakes”
8 Temperature ‐5 to 55 Deg C
1.0 Following are the various product recipes and batch Controller should be able to handle
all the below mentioned combinations required for TT loading:
• Base product
• Base product with blending
• Base product with additive
• Base product with one blending and two additive
2.0 BCU shall communicate with TAS through Redundant TAS LAN Switches over TCP/IP
Communication.
3.0 Under normal circumstances BCU is supposed to be operating under Remote Mode. Preset
loading values and other starting related commands shall be issued by DCS/TAS.
4.0 Batch Controller shall be capable of simultaneous control of main product, blend product
and additive without need for any additional hardware/ software.
Sr.
Parameter Minimum Requirements
No
1. Type Batch controller shall be able to handle atleast (per arm/ channel)
• One Main product
• One blend product
• Two additive
The batch controller should have all the above features and cards/
modules installed irrespective of whether the above mentioned
facilities are available at site or not.
2. Enclosure Intrinsic Safe or Ex-proof to Zone 1 & 2, T3 gas group IIA / IIB as per IS
/ IEC 60079-1, Weather proof to IP 65 or better as per IS/ IEC 60529
3. Flow Parameter Flow Range: 200 – 1500 LPM for 80 mm line size and loading arm
200 – 2800 LPM for 100 mm line size and loading arm
Sr.
Parameter Minimum Requirements
No
9. Display Alpha Numeric fluorescent display / backlit LCD display shall be visible
from a distance of at least 02 meters. Numeric keypad with facility to
enter alphabets.
Display parameters should have at least pre-set quantity, loaded and
remaining qty of the current batch, product name, gross and net
volume/ mass, additive volume/ mass, blend volume/ mass, date &
time, flow rate, Engineering units, Meter factors and alarms etc.
• Card Readers
10. Minimum Interface
with • Solenoid valve of DCV & Additive System
• Flow Meters (Mass / Volume)
• RTD / TT
• DPT
• Bottom Loading Arm parking position sensor
• Over fill sensor/ Rack Monitor
• TT Earthing Relay
• RIT cum Driver Ack Push button
• Safety PLC (ESD input)
• DCS (pump demand)
• TAS system
Pulse inputs
11. Inputs & Output per
• Main product flow meter
Arm
• Blend product flow meter
• Additive Flow meter
Digital Input
• Ground Unit
• Bottom Loading Arm parking position sensor
• Rack Monitor
• RIT push buttons
• Driver acknowledgement push button
• Safety PLC (ESD)
Analog Input
• DPT of strainer cum Air Eliminator of Main & Blend products.
• PT After MFM
• PT across metering Skid Main/Blend Metering Skid
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 361
TECHNICAL SPECIFICATION
Sr.
Parameter Minimum Requirements
No
Digital Output
• DCV of Main & Blend products
• SOV of additive dosing System
• DCS for Pump demand of main, blend and additive products.
• RIT lamps
• Driver acknowledgement push buttons lamps
Sr.
Parameter Minimum Requirements
No
• Flow cut off through meter in event of power failure of BCU.
• Emergency stop from local as well as remote location
• Configuration shall be stored in either non volatile memory or
volatile memory with battery back-up
• Batch controller should have self-diagnostic features
• Minimum indicative Diagnostics List are Valve fault, individual
Card health status, Communication port status, Solenoid
Actuation Count, Add-Pak Diagnostics, Network diagnostics,
Power etc are to be made available in DCS.
• K-factor changes logs are to be maintained in batch controller
• It should also have memory for maintaining K factor/totalizer
etc. change for at least last fifteen audit trails.
• ASTM/API table shall be loaded in Batch Controller for
conversion of density and volume at 15 deg C and 29.5 deg C.
• Any changes in batch controller K-factor or Meter Factor of
main/blend/additive product, the same to be alarmed in the
TAS and event to be recorded in event report.
• Weights and measurement Hardware locks status of batch
controller in DCS
• BCU shall maintain DCV solenoid activation clicks.
• Indication
14. Functions
• Totalisation
• Batch Control
• Flow rate control
• Meter Factor- straight line accuracy between 10% to 100%
• Dynamic incrementing & decrementing flow total display,
• Programmable ramp up and down for multistage opening /
closure of Digital Control Valve. The flow rate for ramp up and
ramp down of between 350-360 lpm at velocity of 1 m/s for
about 45-60 seconds to be maintained. In any other case apart
from ramp up and ramp down, if flow rate falls below 10% of
the maximum defined flow rate continuously for 5-6 seconds,
the flow should be stopped.
• Batch summary
• Automatic flow optimization
• Pressure and temperature compensation
• Executing local loading
• Numeric keypad to facilitate entry of truck no. and character,
etc in manual mode, local start / stop, low & high flow rate
alarms
Sr.
Parameter Minimum Requirements
No
• Standalone storage for minimum 600 transactions per day.
• Batch Controller Level Security shall be as per Level A or Level
B as per API IP252/76 part 13 / MPMS Ch 5.5 (ISO 6551)
• Each individual permissive status / validation of card etc
should be displayed on the local display of Batch Controller
• Batch Controller shall be in a position to operate in standalone
(manual) mode or in remote mode. Transfer from remote-auto
mode to manual mode, change in configuration setting should
be password protected and it should not be automatic. Manual
intervention should be required to change operation mode for
security purpose. In the manual mode, vendor shall furnish the
details of default prompts / sequence of prompts that will
appear on the local display of the batch controller. All manual
loading done shall be possible to upload automatically to TAS
when system comes back to remote mode. Minimum 200 such
transactions can be uploaded to TAS. Manual mode loading
details should be available separately to TAS in local loading
report
• In the event of overflow beyond a preset qty due to failure of
DCV, a visual alarm has to be generated at the loading point
to facilitate manual intervention and alarm to be taken to TAS
for generating Audio alarm& taking necessary preventive
action.
• Batch controller shall provision read density parameter from
MFM, Temperature parameter from RTD, TT and send the
parameter to DCS/TAS with load details.
16. Communication Minimum 1 no Serial Interface port for interfacing card Readers and
ports Minimum 2 nos. of Ethernet port for communicating with Dual
redundant TAS LAN Switches over TCP/ IP. **
18. Memory Capacity Minimum 600 Transactions. One transaction means one
compartment loading.
• OIML R 117
19. Approval
• Enclosure / Housing should be PESO/ CCOE, BIS, CMRI approved
• Model approval from Department of legal metrology, New
Delhi
• W&M stamping by local legal Metrology at site.
Note:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 364
TECHNICAL SPECIFICATION
Sr.
Parameter Minimum Requirements
No
1.0 In case where PD meters are used as metering equipments, Batch controller will have Meter
Factor Linearization (4 points over 10-100% flow rate), Dynamic incrementing &
decrementing flow total display, Programmable ramp down for multistage opening / closure
of Digital Control Valve. In case line pressure is not sufficient to maintain the highest flow
rate, the filling flow rate must drop down to the next calibrated flow rate but should not
be delivering at intermediate flow rate at which PD meter has not been calibrated. Batch
controller must control the DCV to deliver at calibrated flow rates of the PD meter. The DCV
should be closed in case flow drops below the 10% of the maximum flow rate continuously
for 5-6 seconds. This however does not apply for ramp up and ramp down conditions.
2.0 Batch controller shall have sufficient cable entries of appropriate size with minimum 2 spare
cable entries of suitable sizes for future integration of additional equipments. Alternatively
repeat contacts for all the above mentioned DIs, DOs, AI, RTD input, pulse output to be
made available in LP JB(s) along with 2 spare cable entries of suitable sizes for future
integration of additional equipments. Repeat contacts to be hardwired with the BCU.
3.0 Considering the load requirement of connected equipments from BCU, Bidder can also lay
lower size cables (Signal & Control) up to 0.75sqmm from BCU to LP JB (s) if sufficient cable
entries are not available in the BCU.
4.0 BCU shall have provision for converting the raw density and volume into density and volume
at 15 deg C and 29.5 deg C and upload the same to TAS during load confirmation. Suitable
ASTM/ API table must be available in the BCU.
5.0 W&M stamping of entire metering assembly including BCU from local Legal Metrology to be
done by Automation vendor prior to SAT.
6.0 BCU to be interfaced with TAS over Dual TCP/IP link. External Hardware like Terminal
Server/ Gateway/ Serial to TCP/IP converter etc shall not be acceptable. BCU to have inbuilt
Ethernet ports.
7.0 **In case the offered BCU has only one number of Ethernet communication port then vendor
can supply BCU with one no. of Ethernet port and two nos. of serial port and the
communication between TAS and BCU shall be as follows:
8.0 Primary communication between TAS and BCU shall be on TCP/IP communication link over
OFC. Secondary communication between TAS and BCU shall be over serial communication
link over OFC/copper cable. Maximum 4 nos. of BCUs catering to four loading points can be
multidropped in case secondary communication is done through Serial Communication.
Required hardware, cables, OFC, OFC accessories, Serial to OFC converters etc shall be in
the vendor’s scope at no additional cost to IOCL.
9.0 In case there is any break in connectivity of primary communication link between BCU and
TAS, the communication shall automatically switch over to Secondary communication link
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 365
TECHNICAL SPECIFICATION
Sr.
Parameter Minimum Requirements
No
without any bump or loss of data. The above event to be logged in system as an alarm and
vendor is required to rectify the same at the earliest to avoid penal action in down time as
specified in special Terms and Conditions of the Contract.
10.0 System shall monitor the active channels of the communication (Both Primary and
Secondary) continuously. As soon as the primary communication is restored, the
communication between TAS and respective BCUs shall switch over to primary channel.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 366
TECHNICAL SPECIFICATION
Card reader
1. Type Proximity
10. Controller for The controller for proximity card reader in case not inbuilt shall be
installed in the Control Room and the proximity card readers shall
Proximity card
be located at security Gate/TT parking area, S&D room for
reader
Temporary allotting card to truck driver, Entry & exit barrier gate
and at each bay in the TLF / TW gantry.
Controller for proximity card reader shall be compact, panel
mounted and having serial communication link with redundant
communication server/ stand alone controller with provision for
both powering and receiving communication from individual card
reader in field. The I.S. isolator for both power and communication
signal is required.
Card reader sensor and data line integrity to be monitored
continuously. An alarm shall sound if failure is detected and
indicate device and location of fault on the OIC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 367
TECHNICAL SPECIFICATION
Note: Maximum of four card reader with inbuilt controller shall be multi-
dropped for communication to control room.
Or
Card reader with inbuilt controller can be directly interfaced to
batch controller.
11
Communication Modbus / industry standard open protocol.
protocol
Proximity Card
Note: There should be provision of connecting one number card reader to two number of batch
controller.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 368
TECHNICAL SPECIFICATION
1 Application Outdoor
19 Operation Thru push button for open and close and remote as
well
Traffic Lamp
Sr.
Parameter Minimum Requirement
No
1. Type LED Cluster type
6. Housing IP 65 or better
Operating Temperature
7. Refer Site Data
Range
8. Indication Modes Full Circle for (Red / Amber / Green)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 370
TECHNICAL SPECIFICATION
Sr.
Parameter Minimum Requirement
No
Required of suitable height. All poles, arms, transformer
bases, and hardware shall be galvanized with black
9. Pole& Foundation
powderCoating.
Foundation to be made as per design Engineering.
The LED’S shall be connected to form multiple series
circuits. All series circuits shall be interconnected at
intervals, forming sub-circuits. In the event of an LED
10. Circuit Configuration
failure, these sub-circuits shall limit the number of
extinguished LED’S to no more than 5% of the total of all
signals
1.2.1 Normally, barrier gate should operate in Remote mode. Remote mode is to be selected from
theLocal/Remote selector switch present in control panel. The TT driver will flash proximity
card at proximity card reader. On card validation, gate will start opening from the open
command given by DCS to barrier gate and the traffic lamp will change from red lamp to
amber lamp. On complete opening of barrier gate, traffic lamp colour will change to green
and TT will pass. (TT shall pass only after green colour indication of traffic lamp).
1.2.2 After the TT has passed, barrier gate will close automatically by the local circuit of Barrier
gate on receipt of signal from Infra red sensor.
1.3 Operation from Local control Push Button (Local mode)
1.3.2 For Local mode operation, the selector switch is to be placed in local mode. Barrier gate
can be opened/closed/stopped by the push buttons provided in Local Control Panel.
1.4 Operation from OIC
1.4.1 Barrier gate can be opened and closed from the soft switch provided on OIC. The selector
switch needs to be in Remote position.
1.5 ESD condition
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 371
TECHNICAL SPECIFICATION
1.5.1 In case of ESD, the barrier Gate shall opened automatically irrespective of whether the same
is in local/ remote mode and shall disengage barrier closing circuit in both modes to keep
barrier gate open. Only after releasing/ Resetting the ESD, the barrier gate shall close as
per command of the push button /close command from DCS.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 372
TECHNICAL SPECIFICATION
S.
Item Description Minimum Requirement
No
1 Purpose To display the truck status of all the Reported, Registered and
Authorized TTs along with auto announcement of the status in
English and local language.
2 Type of display LED matrix with scroll & flash line option. Non multiplexed type.
3 Character size Min. 5x7 LED matrix with character height min 100 mm.
4 LED Colour High intensity Red LED module with black back ground suitable for
outdoor application
5 Visibility At least from a distance of 40m
8 Display Mode Minimum 15 lines and each line should display atleast 25 characters.
The display content, timing etc shall be as per FDR addendum.
The display shall be real time and scrolling type of frame by frame.
9 Power Supply 240 V +/- 10% AC , 50 HZ +/- 5%
10 Local key board PC Keyboard Controller with 2x16character LCD display & PS2
(To be in S&D) keyboard. Each line entered and sent to display. Full page sent line-
by-line or
Software can be loaded in TAS-MS Server in control Room which can
be used to display customized massages on the electronic display
board.
Necessary GUI for entering the text message to be displayed to be
loaded in the TTES/OIC.
11 Enclosure CRCA sheet finished with power coating, wall mounted or to be
mounted on MS structure as per site requirement. The unit shall be
provided with canopy made from acrylic sheet so as to avoid direct
rain water. Weather proof enclosure with minimum IP 65 or better.
12 Location Outdoor/ Truck parking area.
4 Character size Min. 5x7 LED matrix with character height min 25 mm and 11
characters per line
5 Visibility 2-3 meters. Modular LEDs suitable for outdoor daylight, under
the shade.
6 Controller Microprocessor based controller
7.a Line Matrix for RED LED Full Line dot-matrix, Minimum 8Rows x 80Cols, 32(H) x
Message Display in 320(W)mm
English
7.b Line Matrix for LED Full Line dot-matrix, Minimum 16 Rows x 80Cols, 64(H) x
Message Display in 320(W)mm
Local Language
8 Refresh 8MX Hi-Speed Multiplexed Refresh. Flicker-free.
9 Interface TCP/IP
13 Enclosure CRCA sheet finished with power coating, wall mounted. The unit
shall be provided with canopy made from acrylic sheet so as to
avoid direct rain water. Weather proof enclosure with IP 65 or
better.
14 Location Near Security Gate for TT no. display ( TT reporting system)
Near Security gate for TT status display before entring
Near License area gate for bay no. display
15 Accessories Support for mounting of the equipment to be provided
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 374
TECHNICAL SPECIFICATION
1 Type Mobile Skid mounted prover tank with, API coupler (for
bottom loading), flange end (for top loading), ball
valves and accessories. The prover tank shall have
facility for calibration of metering system using both
TOP and Bottom loading arm.
Prover tank will have internal baffle plate to prevent
vortex formation & related trapping of air.
3 Prover Tank
Tank Size 3 KL
Thickness Min 4 mm
Accuracy ± 0.1%
Gauge Glass Shall be provided at top and bottom with all accessories
Temperature gauge Yes, 3 Nos. At three different levels 15%, 50%, 85%
Skid Trailer chassis along with wheels with solid rubber tyres
of minimum outer (RIM + Rubber tyre) dia. of 24”,
levelling jacks and provision to connect prime mover
with the skid. The wheel should be able to withstand
the load of the entire skid with fully loaded products
and allow easy movement of the mobile prover skid
even in fully loaded condition along with accessories
complete as per design Engineering.
Drain valve Tight shutoff/ zero leak ball valve with blind flange
shall be provided
Fill Pipe 5" or higher slotted pipe suitable for 4” top loading arm
insertion as per maximum size of drop tube of top
loading arm and shall be 100 mm from top of the tank
Hose pipe 2 Nos. Hose pipe with 3”/4” Flange at both end as per
line size
Note: The height of the prover tank shall be such that installed loading arms (Top as well as bottom)
can be inserted / connected into the tank during calibration of the metering assembly
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 377
TECHNICAL SPECIFICATION
2 Product Ethanol
3 Prover Tank
Tank Size 1 KL
Thickness Min 4 mm
Accuracy ± 0.1%
Gauge Glass Shall be provided at top and bottom with all accessories
Temperature gauge Yes, 3 Nos. At three different levels 15%, 50%, 85%
Skid Trailer chassis along with wheels with solid rubber tyres
of minimum outer (RIM + Rubber tyre) dia. of 24”,
levelling jacks. The wheel should be able to withstand
the load of the entire skid with fully loaded products
and allow easy movement of the mobile prover trolley
even in fully loaded condition along with accessories.
Drain valve Tight shutoff/ zero leak valve with blind flange shall be
provided
Fill Pipe 5" or higher slotted pipe suitable for 4” top loading arm
insertion as per maximum size of drop tube of top
loading arm and shall be 100 mm from top of the tank
Hose pipe 2 Nos Hose pipe with 3”/4” Flange at both end as per
line size
1 Mobile Master The Mobile master meter proving system shall consists of Mass flow
Meter proving meter, trolley mounted Master Meter Skid with suitable wheels with
system solid rubber tyres, FLP JB, FLP double compression glands. Power
cable (3C x2.5 sqmm Copper Armoured Cable -50m) with FLP plugs
for powering the MFM with display unit, Signal cable (1P x 1.5 sqmm
copper armoured cable- 50m) with FLP plugs for MFM signal transfer
to control room, supports for mounting the equipments, Hose pipe
with flanges, pipes, flanges, reducers, gaskets, nuts, bolts, studs etc
2 Master Mass Master mass flow Master mass flow Master mass flow
Flow Meter meter (with meter (with meter (with
accuracy at par or accuracy at par or accuracy at par or
better than bay better than bay better than bay
MFM) with 2” MFM) with 3” MFM) with 4”
flanged end flanged end flanged end
connection. connection. connection.
3 Master MFM Minimum Specification and approval of Master MFM shall be in line
Specification with bay MFM with Mass and Volume flow accuracy of +/- 0.05% of
flow rate & repeatability of 0.025% of flow rate, density accuracy of
+/- 0.0002 gm/cc & repeatability of 0.0001 gm/cc.
4 Hose pipe 2 nos. Hose pipe 2 nos. Hose pipe 2 nos. Hose pipe
with 2” (as per site with 3” (as per site with 4” (as per site
requirement) flange requirement) requirement)
at both ends. flange at both flange at both
ends. ends.
Note:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 381
TECHNICAL SPECIFICATION
a. System Vibration should not affect the performance of Master Meter proving system and same
shall be certify by OEM on before handing over the system.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 382
TECHNICAL SPECIFICATION
1.0 GENERAL
1.1 Bulk Air eliminator shall be of vertical cylindrical of carbon steel dished end tank construction
with internal baffles and float operated air release valve along with supporting steel frame
work and anchor bolts. The tank shall have large cross-sectional area to slow the flow of liquid.
The volume of the tank shall be at least 10% of the maximum flow rate in LPM of respective
header line. The units shall conform to the following specifications.
1 Service MS/HSD/SKO/ATF
6 Inlet & outlet Flange size in As per header line sizes, RF Serrated Finish
mm
11 Material of Construction
i Fabricated Body and baffles Carbon Steel SA 516 Gr 70/ IS 2002 Gr. 2
PRESSURE TRANSMITTER
(FOR PRODUCT HEADER LINE/ HYDRANT LINE/ FOAM LINE / BLUE DYE LINE)
Connection
Note:-
1. Following minimum diagnostics shall be available on HART & available in DCS:-
a. Remote Ranging and Monitoring functions
b. On line communication
c. Pressure input outside Range
d. Excessive ambient pressure / temperature
e. Incorrect Span
2. Manifold for PT&DPT to be supplied should be same make.
Degraded electrical loop integrity e.g. Water in terminal compartment, improper grounding,
Unstable power supplies
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 386
TECHNICAL SPECIFICATION
* Notes:The output is to be taken to the control room to set off an alarm in case, the density
is beyond the allowable range for the product being handled. Restriction Orifice to be sized
based on the corresponding pressure drop and flow. Vendor shall calculate the net flow
through the main header and shall size restriction orifice plate as per the net flow and
pressure drop (Minimum) across the density meter. Restriction orifice material shall be SS316.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 388
TECHNICAL SPECIFICATION
1.0 Scope
The scope includes complete design, engineering, supply, testing, calibration and
commissioning of Radar based Tank Farm Management System including interface with
Terminal Automation system.
3.0 General
3.1 The radar gauges shall have Indian Weights & Measure Approval, Custody transfer approval,
including OIML certificate etc as stated above.
3.2 The system shall meet applicable safety, design and specification standards as specified in
API.
3.3 The gauges shall be designed for Electro-Magnetic and Radio Frequency immunity.
3.4 To avoid excessive temperature cycling, the internal electronics in the level gauge shall be
temperature stabilized. The radar gauge shall have a digital reference to ensure accuracy and
stability. Analog delay lines suffered from temperature and ageing effects shall not be used.
3.5 For high performance measurement the drift of measured level value shall be less than one
(1) mm for the entire temperature range.
3.6 The standard bus communication shall have a baud rate of at least 2400 Baud.
3.7 Level alarms shall be configurable from the software residing in the operator interface unit
in the control room.
3.8 The system shall be able to perform alarm and error handling for all system components.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 390
TECHNICAL SPECIFICATION
3.9 Applicable peripherals shall be equipped with electrical circuitry for lightning protection &
surge protection at interface cabling to level gauge.
3.10 All commissioning, calibration equipment like HART / FF Calibrator etc as required and
applicable shall be brought by the Vendor at no extra cost during commissioning and as &
when required during stabilization, warranty & CAMC period.
3.11 Installation certification & Tuning of the Gauges shall be done by the Radar Gauge
manufacturer. Multipoint calibration of the Radar is a must.
3.12 The antenna for still pipe gauges shall operate in Circular transmission mode to prevent loss
of accuracy due to slots, holes, rust and deposits.
3.13 The vendor shall identify any potential RTG accuracy or reliability effects associated with still
pipe slot area, rust or hydrocarbon deposits, as well as still pipes inconsistencies or lack of
straightness.
3.14 Radar gauges and the control room field interface shall have full galvanic isolation by means
of diversion type of electrical circuitry for lightning protection at communication and power
cabling entries.
3.15 Radar gauge shall have the capability to digitally integrate peripherals with 2-wire intrinsically
safe power and communication wiring. Digital integration is a must to prevent Analog to Digital
and Digital to Analog conversion tolerances.
3.16 Radar gauge shall have the capability to integrate peripherals without the need for separate
barrier circuitry units.
3.17 Applicable peripherals shall be equipped with electrical circuitry for lightning protection at
interface cabling to level gauge.
3.18 In floating roof tank (FRVT/ IFRVT) and underground horizontal tank, still wells required for
mounting of Radar level gauges shall be provided by IOCL. Installation of Radar gauge including
nuts, bolts, gaskets, reducers/ expanders/ extension of mounting nozzles (if required),
mounting accessories etc. shall be in scope of bidder.
3.19 In cone roof tank, Man hole cover plate shall be provided for installation of Radar level gauge.
Required modification of the man hole cover including supply of required accessories for
mounting of Radar gauge shall be in the scope of bidder.
4.3 The radar gauges and AOPS shall be minimum SIL2 certified by TUV/Exida as per IEC 61511 /
61508. The radar gauging system shall also have relay/signal output, which are controlled by
customer-selected variables like product level.
4.4 The SIL2 relay output of Primary and Secondary Radar Gauges to be connected to TAS Safety
PLC for HiHi alarm indication and further interlocks as per FDR.
4.5 AOPS output shall be connected to Safety PLC for HiHiHi alarm and further interlocks as per
FDR.
4.6 TFM software shall calculate Real time gauging data (tank product levels, Average product
temperature, water levels) and inventory calculations as per latest API Standard & ASTM
tables 54 A & 54 B.
4.7 TFM System shall be interfaced with TAS for receiving real time TFMS data of all tanks.
4.8 The TAS Management Server shall interface with our SAP to transfer the TFMS data to SAP as
per the SAP-TFMS protocol.
4.9 The readings of primary and secondary radar gauges shall be available in TAS and TFMS along
with other parameters as stated below.
➢ Product level measurement
➢ Volume calculation according to ASTM/API tables, which includes Total Observed Volume
(TOV), Gross Observed Volume (GOV), Gross Standard Volume (GSV). Available (Pumpable)
Volume and Available Space.
➢ Product Flow calculation based on change in Level
➢ High, high-high, low, low-low software generated alarms
➢ Operators Low, Operators Hi level Alarm
➢ Gauge diagnostics and status information
➢ Average Product temperature & spot temperature at different levels inside the tank
➢ Ambient & Standard Density of the product of the tank. (from density probe which is
directly interfaced with TAS)
➢ Level of water in the tank & its volume
➢ Inventory of each product
4.10 Both primary and secondary Radar Gauges shall be inter-changeable. For basic process
control, readings of Primary Radar Gauge to be considered.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 392
TECHNICAL SPECIFICATION
4.11 Provision shall be made in TAS/ TFMS for selecting the mode of operation of Radar Gauges.
(Normal mode and maintenance mode). Under normal mode, all the interlocks of respective
gauges shall function as stated in the FDR.
4.12 When the Primary Radar Gauge of a tank is put under maintenance mode, then the level
interlocks linked to Primary Radar gauge shall be based on level reading of Secondary Radar
gauge of that particular tank. System shall ask to enter the Product average temperature and
Water level of that tank.
4.13 During maintenance mode of Primary Radar Gauge, tank inventory calculation and posting of
data to SAP shall be based on the reading of secondary radargauge and the manual data of
average product temperature & water level entered into the system.
4.14 While the level readings are available from secondary radar gauge, temperature will not be
available due to failure of Primary Radar gauge. Hence average temperature of density probe
to be used along with density and secondary radar gauge level readings for the successful dip
posting to SAP.
4.15 Whenever Radar Gauge is put in maintenance mode, alarm shall be generated and should
persist till the same is put in normal mode.
4.16 In case difference in product levels as sensed by Primary and Secondary Radar Gauges exceeds
+/- 4 mm, system shall generate an audio visual alarm to alert the operator for corrective
action.
4.17 All the interlocks with respect to readings of Primary and Secondary Radar Gauges and AOPS
output shall be made available in TAS as per FDR.
4.18 Both primary and secondary radar gauges Relay output to be configured for “HiHi” alarms and
the same shall be configured in OR gate in safety PLC logic.
4.19 These gauges shall be connected to the redundant communication interface unit (CIU/FCU) in
multi-drop mode and in-turn connected to tank farm management system and DCS. Maximum
8 tanks shall be multi dropped in a loop connected from field to control room subject to
meeting the Functional Requirement and min 25% Spare capacity of Loop.
4.20 The offered TFMS software and licenses ( for TFMS server and client PC) shall be able to
connect, configure and view atleast 50 nos. of radar gauges or as per actual site requirement
with 20 % spare capacity (whichever is higher) in TFMS Server and client worstations.
4.21 Level update time shall not exceed 4 seconds in the field data concentrator.
5.1.1 The gauge shall utilize Frequency Modulated Continuous Wave (FMCW) to meet custody
transfer level accuracy.
5.1.2 Signal monitoring and registering of product surface reflection shall provide full frequency
picture for possibility of complete reflection interpretation. This should support fine-tuning,
trouble shooting and antenna contamination monitoring and signaling.
5.1.3 The gauge should verify each level measure with an internal reference check.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 393
TECHNICAL SPECIFICATION
5.1.4 For free space close to the tank wall installation vendor should provide antenna version by
which installed accuracy is not influenced by the so-called "multi-path" effect.
PRIMARY & SECONDARY RADAR GAUGE FOR PRODUCT TANK
4. Measuring resolution 1 mm
6. Repeatability +/-1 mm
11. Operating frequency X-band (9.15 to 10.85 GHz) / (70 to 80 GHz) / 6 GHz/
10GHz/26 GHz or as per OEM’s standards
16 (b) Safety Approval/ Certification Explosion proof / Intrinsic safe & PESO, SIL2 certified
by TUV/EXIDA
21. Antenna material AISI 316 (acid resistant SS) and PTFE / SS 316 and FEP
or equivalent as per OEM’s standard and shall be
compatible with the process fluid and weather
condition.
22. Process connection On the Roof Top of the tank either on Still well pipe
or Manhole cover as per site condition
Transmission
Note: 1) SS counterflange and SS nut bolt to be supplied for mounting and installation of radar gauges.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 395
TECHNICAL SPECIFICATION
3. Measuring resolution 1 mm
5. Repeatability +/-1 mm
20. Transmission
Note: 1) SS counterflange and SS nut bolt to be supplied for mounting and installation of radar gauges.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 396
TECHNICAL SPECIFICATION
4. Measuring resolution 1 mm
6. Repeatability +/-1 mm
19. Antenna material AISI 316 (acid resistant SS) and PTFE or equivalent
as per OEM’s standard and shall be compatible with
the process fluid and weather condition.
20. Process connection On the Roof Top of the tank manhole cover
Transmission
Note: 1) SS counterflange and SS nut bolt to be supplied for mounting and installation of radar gauges.
5.2 Tank side Indicator
3. Protection IP 65 or better
6. Communication Digital
5.3.1 The temperature probe shall consist of multiple temperature element (sensor) at various
spots i.e. It shall consist of specified number of temperature elements of graduated lengths
housed in a common flexible metal thermo-well.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 398
TECHNICAL SPECIFICATION
5.3.2 Number of temperature elements shall be min. 8 Nos. for above ground vertical tank and
min 2 nos. for underground/ horizontal tank.
5.3.3 The vendor shall provide only SS sheathing material for Temperature probe. Mounting shall
be site specific.
5.3.4 Temperature elements shall be either PT 100 ( 3/4 wire type) or Thermo couple.
5.3.5 The Average temperature measurement accuracy shall be ± 0.25° C or better with resolution
of 0.1°C.
5.3.6 The temperature probe shall be of the same make as that of Radar gauges. First
temperature element shall be at maximum 300 mm from the bottom. In case the Product
level goes below 300 mm, last healthy reading shall be shown in the Control room operator
console. Maximum inter distance between two consecutive temperature elements should
not exceed 2 m.
5.3.7 The field electronics shall be capable of automatically determining a true average from the
submerged temperature measuring elements.
5.3.8 The sensor shall be connected via a digital transmitter with the tank gauging system (as per
vendor’s design) to enable the gauge to provide average product temperature as well as
temperature profiling.
5.3.9 In the case of non-cylindrical tanks, it shall be possible to use weighing factors for correct
average product temperature calculations.
5.3.10 The anchor weight to be provided in case only MST is provided without Water Interface
Probe.
5.3.11 For MSTW probe length calculation, vendor to consider an extra length of 300 mm above
tank nozzle so that the length of the spool piece can be adjusted incase of the tank height
actually changes in future without changing MSTW. The required Spool piece to be provided
by the TAS vendor.
5.4 Water Interface Probe (WIP) Assembly
5.4.1 WIP assembly integrated along with temperature sensor assembly is to be offered meeting
process requirements.
5.4.2 Water Level sensor offset shall be calibrated for each Tank. The 4-20 mA / Field bus output
level shall be configured in order to obtain correct water level reading from the Water
Interface probe.
5.4.3 Water Interface probe (WIP) shall be provided in the central hatch of the product tank. WIP
zero level shall be as close as possible near sump top. Water sensor must also give water
level below datum plate.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 399
TECHNICAL SPECIFICATION
Sl.
Parameters Minimum Requirements
No.
2 Service MS/HSD/SKO/ATF/ETHANOL
8 Built in diagnostic/ self testing Required. Diagnostics shall be available local as well
as in host system e.g. Frequency profiling, Power
advisory, Process alerts etc.
9 Orientation TOP
5.5.1 Proof Testing: Facility for proof testing to be provided along with procedures. Any additional
hardware required for carrying out proof testing of the AOPS the same to be provided at no
additional cost to IOCL.
5.5.2 It should have built in diagnostics minimum for continuously check electronic and mechanical
health, Fork conditions, coated or blocked, and extreme corrosion, critical alarm duties etc.
These Diagnostics shall be integrated with DCS and history of the same needs to be
maintained in DCS.
5.5.3 For AOPS length calculation, vendor to consider an extra length of 500 mm above tank nozzle
for aboveground tanks and 750 mm for underground tanks, so that the length of the spool
piece can be adjusted incase SFH of the tank changes in future without changing AOPS. The
required Spool piece to be provided by the TAS vendor.
6.0 Communications
This section specifies the functionality requirements for a tank inventory system which
captures and provides inventory and gauge status data for display, reporting, trouble shooting
and/or further data handling to perform inventory management.
6.1 General
6.1.1 The Radar gauge shall be capable to communicate over 2 wire communication system for a
minimum distance of 4 kilometers.
6.1.3 Dedicated Windows based (Latest version) Tank Farm Software / Dedicated browser based
software shall run on any Tank Farm Computer on a distributed architecture of LAN.
6.1.4 TFMS Server shall be connected to the TAS system through OPC and CIU/FCU shall be
connected to DCS through Serial Modbus connectivity for exchange of critical information.
6.2 System Interface (Communication Interface Unit – CIU/FCU)
6.2.1 All the field data shall be connected to CIU/FCU over 2 wire communication to enable digital
data handling.
6.2.2 The system interface shall have full galvanic isolation on all field ports and host ports.
6.2.3 The system interface shall have configurable MODBUS memory mapping & scaling per port.
6.2.4 The system interface shall have independently supported and microprocessor controlled
communications on all ports.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 402
TECHNICAL SPECIFICATION
6.2.6 The system and field gauges shall have the ability for local or remote PC configuration by
means of a parameter download.
6.2.7 The successful vendor shall submit original test certificate for all componenets to IOCL for
verification.
6.2.8 The communication unit shall operate in HOT Stand-by/Parallel dual redundant mode
and switchover shall be bump less.
• A group configuration function shall be provided which permits the plant operator(s) to
define the groupings of tanks for display on the group view screen and the group inventory
screen. A similar function shall be available for alarms.
• A value entry function shall be provided which permits the plant operator(s) to manually
enter process values and operating parameters for each tank. It shall be possible to
configure tanks in the system, which is not equipped with RTGs.
• An engineering function interface shall be provided for system configuration and set-up.
All configuration changes shall be password-protected.
• Tank No.
• Safe Filling Height
• Tank Gross Volume (Before PLT Start in KL in TAS/TFMS)
• Ullage Available (Dynamic in KL)
• PLT quantity (Location to put this figure in KL Ullage >PLT qty else alarm in
TAS/TFMS)
• Tank Level (Dynamic)
• Tank Vol (Dynamic)
• Tank Level (Expected at the end of PLT)
• Tank Vol (Expected at the end of PLT)
• Expected Time of PLT completion (Dynamic)
• Alert @ 90% PLT Qty (Configurable)
• Alert @ 15 mins before Completion (Configurable in TAS/TFMS)
16.1 The tank gauging software shall be capable of data backup of all system configuration and
process parameters. The system shall also be capable of retrieving all configuration
parameters once a system failure has cleared.
16.2 The system shall have the provision to be connected to Remote station via OPC.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 407
TECHNICAL SPECIFICATION
Material Of SS 316
6 Construction
Product Temperature -5 to 55 deg C
7
Density Range 0.6-1.0 gm / cc
8
Density Accuracy Instrument Accuracy +/- 0.0005 g/cm3 or better.
9 Installed accuracy +/- 0.0015 g/cm3 or better
Repeatability 0.0001 g/ cc
10
Temperature Accuracy +/- 0.1 deg C
11
Power supply 220 VAC / 24 VDC
12
LEVEL SWITCH
Sr.
Parameter Minimum Requirements
No
6 Orientation TOP
Sr.
Parameter Minimum Requirements
No
A Magnetic level gauge
Float
Local Indication
Sr.
Parameter Minimum Requirements
No
Transmitter
High Speed Diesel (HSD) & Motor Spirit (MS), with or without
2.1 Process fluid
additive, Mixture
Include Ethanol blends up
2.2 Should be able to serve in Ethanol Blend up to 15%
to 15 %
Operating temperature
2.4 As per site details
range
3.0 CONSTRUCTION:
6.0 Communication
7.0 Approvals
Hazardous Area
7.1 Zone I & II , Gr IIA,IIB T3 as per IS/IEC60079
Classification
Note: The gauge should able to measure the average density of the products in the tank. The
density should not be affected by dust and sludge/water at bottom of the tank. It should be able
to measure density at site conditions when tank is under operation.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 413
TECHNICAL SPECIFICATION
FLP LOCAL PUSH BUTTON STATION OUTSIDE TANK DYKE WALL (ROSOV)
Sr.
Parameter Minimum Requirements
No
1 Explosion proof Zone -1, Gas groups – I, IIA & IIB as per IS: 2148/1981, Temp. Class – T6.
2 Weatherproof IP 65 or better Degree of protection as per IS: 13947 (Part -1) 1993.
Inside & Outside Light Grey Epoxy Powder coated to shade 631 As per IS:
4 Finish
5
5 Earthing 1 No. Inside & 2 Nos outside Brass/ S.S. (M6) screws with washers.
8 Cable Entries ¾” NPT cable entries from bottom side or as per design required
Open & close Indication Cluster LED type Indication Lamp (240V AC or
9 Indicating Lamp
24V DC)
Note:
• Operation of Local Push button station shall be as per operation philosophy.
Local push button stations shall be provided outside the Dyke walls of tanks, for local operation of
ROSOV installed inside tank dyke. Push button shall be provided according to the name plate
tagged according to the respective valve.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 414
TECHNICAL SPECIFICATION
The external push button station should provide a fully enclosed control panel, optimized to control
actuators and field devices in hazardous or inaccessible locations. Safe local operation of these
devices are critical to reliable operation and maintenance of the site.
The External Push Button station should provide a simple control panel interface between the
actuator or field device and the DCS. It should offer a complete local override of DCS control signals
to ensure localised maintenance activities can be performed safely without unexpected operation
occurring.
The ability to control the connected actuator during a maintenance activity or emergency is critical
to site safety. For this reason, rotary selector switches to be used as they provide increased resistance
to sticking or jamming compared to push button solutions. The local/stop/remote selector to be
provided and can be locked in position using a padlock to prevent unauthorised access.
Power for the External Push Button station can be supplied directly from the connected actuator so
there is no need for supplementary power supplies on site.
• Local/stop/remote selector.
Sr.
Parameter Minimum Requirements
No
Zone -1, Gas groups – I, IIA & IIB as per IS: 2148/1981, Temp. Class –
1 Explosion proof
T6.
2 Weatherproof IP 65 or better Degree of protection as per IS: 13947 (Part -1) 1993.
Inside & Outside Light Grey Epoxy Powder coated to shade 631 As per
4 Finish
IS: 5
5 Earthing 1 No. Inside & 2 Nos. outside Brass/ S.S. (M6) screws with washers.
8 Cable Entries ¾” NPT cable entries from bottom side or as per design required
Red mushroom head press to ESD & Reverse turn to release with pad
locking arrangement in ESD position.
11 Push Button ESD Push button shall be provided with protection cover so that it
does not get pressed accidently
Indicating lamp – LED Cluster- One No (Red color)
WAILING SIREN
Sr.
Parameter Minimum Requirements
No
1 Weatherproof IP 65 or better Degree of protection as per IS: 13947 (Part -1) 1993.
7 Weight ( Kg ) VTS
11 Controller To be provided
PRESSURE GAUGE
3. Dial Size / Colour Min. 6”(150mm) White Colour with black graduation, Glycerin
filled
8. Accuracy + 1% of FSD
BALL VALVE
General
Material of Construction
Sl.
Parameter Description
No.
General
Material of construction
Process Data
16. Specific Gravity 0.7 to 0.9 gm/cc at 15 ºC depending upon product used
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 420
TECHNICAL SPECIFICATION
General
1. Type Fire safe, Anti static, Single Piece, Hand Wheel operated
Double Block & Bleed valves
3. Design Code API 6D/ ISO 14313; ASME B 16.34 (Each valve must bear API
6D Monogram)
Material of Construction
12. Plug ASTM A 216 Gr. WCB/WCC case hardened & 0.003” ENP
Coated
13. Upper Stem AISI 4140 (1.5 mm Steliting)/ ASTM – A 479 TY 410 (with
0.03” ENP coated)
14. Lower Stem AISI 4140 (1.5 mm Steliting)/ ASTM – A 479 TY 410 (with
0.03” ENP coated)
16. CAP Upper (Bonnet) ASTM A216 WCC with Phosphate Coating
17. CAP Upper (Bonnet) ASTM A216 WCC with Phosphate Coating
1.0 Ethanol blending facility is to be provided on each MS loading point. EBSS will have its own
metering system similar to one being used for the main product (on smaller scale). Flow
through the EBSS metering system shall be controlled by the main product Batch
Controller. Ethanol should be blended uniformly during 0- 80% or between 10%-90% of the
batch length of the Main product. Metered quantity of Ethanol shall be injected in the
main product pipeline after the DCV. TAS System should have provision to load both
blended and non blended MS/MS premium. % age blending should be made configurable
under Admin Password with logging.
3.0 The flow metering system envisaged is 2” size based on the flow requirement. However,
the size of the above equipments shall be decided based on flow rate, the location of
Ethanol storage Tank and pumping facilities. Operating pressure and other process
parameters are to be firmed up during detailed engineering.
4.0 Blending pumps shall also be integrated with TAS and based on pump demand generated
from Batch Controller, respective Ethanol pumps shall Start/Stop. The status of the pump
shall be available in the GUI of TAS.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 423
TECHNICAL SPECIFICATION
g. Temperature Class T4
On Line Flange Mounting size of the Flange RF Four Holes #
h. Mounting
150 Rating C.S
i. Body Material SS 316
j. Rotor SS 430/ANC 21
n. Signal Voltage 12 – 28 V DC
26. Area Classification Zone-1 Gas Group IIA, IIB, IIC and Temp Class
2.2 The pump skid shall comprise of 2 Nos. dosing pumps (One running other stand by) for each
tank along with plunger and necessary accessories like Y type strainer at pump inlet, pressure
gauge, ex-proof push button station etc. The dosing pump shall have non-return valve for
suction and discharge, which shall ensure no reverse flow through the pump. The additive
pump shall utilize a flameproof motor & IP55 or better for operation. Provision shall also be
available to alter flow rate of the additive pump over its discharge range by adjusting pump
plunger stroke length. A pressure relief valve shall be provided at the pump downstream. In
case of the line pressure exceeding the set pressure the additive is returned back to the tank
through pressure relief valve. The entire pipe within the skid from tank to motor shall be SS
304.
2.3 A 25 NB seamless schedule 40 Carbon steel pipe shall be provided from the pump discharge
up to the loading bay (up to the inlet of the additive injection panel).
2.4 The remote start/ stop of additive pump shall be from DCS located in control room.
3.0 Additive Injection Mono Block : Location: At TT Loading bay in TLF Gantry
3.1 The additive injection mono block shall comprise of a block with an inbuilt additive meter,
solenoid valve, needle valves for inlet and outlet isolation, a quick connect strainer and a
check valve screwed at the inlet and outlet respectively of the additive block. The check valve
shall ensure that there is no reverse flow of the additive. The batch controller shall be utilized
for metering and controlling the additive flow.
3.2 The additive injection system shall be designed to accurately dispense additives in to
petroleum products. Additive injection panel shall provide intermittent metered flow of a
single additive into the product line.
3.3 The starter panel for additive pump control (2 Nos. - Motor along with over load relay) shall
be housed in MCC/ PMCC room. Starter Panel of additive pump shall have Auxiliary potential
free contacts and shall be integrated with TAS for below mentioned command and feedback:
Additive Pumps
Running/Stop Status
Feedback
Local/Remote Mode
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 427
TECHNICAL SPECIFICATION
Additive Pumps
Trip feedback
Start
Commands
Stop
5.0 Shed for mounting Additive Tank, Pump & Motor (IOCL Scope)
5.1 Cement flooring platform form the ground level with required foundation and foundation for
installing tank pumps, motors and support of the skid shall be provided.
5.2 Shed with AC sheet for Additive system shall be provided.
5.3 All electrical, civil and mechanical works for installation and commissioning shall be in vendor
scope as mentioned in schedule of material.
7.0 OPERATION
7.1 The additive mono block dispenses pulse additive in proportion to the main product flow
throughout the load cycle. The system shall operate under Auto injection before MFM. In this
system, the flow of the main product and additive product shall be controlled by batch
controller. The additive injection block located at TLF gantry shall dispense pulsed additive
in proportion to the main product flow throughout the load cycle for a given batch. The
additive shall be dosed either in between 0- 80% or in between 10%-90% of the batch length
of the Main product. Combination of Batch controller and additive injection block shall ensure
that a correct amount of additive is dispensed at all times on line in predefined ratio (set in
the batch controller) to the main product throughout the load cycle at a given TLF bay. TAS
System should have provision to load both main as well as dosed product (HSD & XM) from
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 428
TECHNICAL SPECIFICATION
respective loading point depending upon loaded created in the system. The ratio of dosing
should be made configurable under Admin Password with logging.
7.2 The additive pump shall be controlled in remote configuration with its FLP starter located
near tank connected to the DCS of automation system. Further, the motor shall also be
operated in manual mode by a local ON / OFF FLP push button station in case of failure of
remote operation of pumps.
7.3 As a part of the dosing of the additive, Batch Controller Unit (BCU) shall receive the batch
quantity of product to be loaded as an input from DCS.
7.4 Based on predefined ratio already preset in the BCU, the total quantity shall split into main
product and additive. Once the loading commences the BCU measures additive flow from
additive meter, pulser in comparison to the flow of main product. When a pre defined additive
volume has been dispensed in relation to the main product volume ( say for every 100 liters),
the solenoid valve on the downstream of additive flow meter in the additive injection block
is de energized (closed) by the BCU. This cycle is repeated throughout the load cycle allowing
precise, intermittent volume of additive to be dispensed so that a homogeneous mixing of
additive takes place with main product. At the end of batch, the BCU de-energizes (close)
the solenoid valve on the additive block. Signal is also given to the DCS, which in turn de
energizes the motor coupled to the additive pump (i.e. the additive pump set is switched off)
if no demand for additive persists.
7.5 For measuring additive level and volume in the tank, Magnetic bi-colour flapper type local
level gauge cum level transmitter is to be provided.
Note: Pressure regulating valve (Back pressure valve) shall be installed in return line between last
additive injection block and additive tank. This valve shall be installed near the additive tank for
limiting pressure build up (i.e. prevent overpressure). The valve shall open in proportion to inlet
pressure preventing a rise of internal pressure in excess of a specified value. Calibration cylinder to be
provided along with monoblock for closed loop system and no loose additive handling.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 432
TECHNICAL SPECIFICATION
1.0 GENERAL
1.1 Blue Dye Dosing System shall have its own storage tank and pumping arrangement and should
have provision for diluting Blue dye with SKO, dosing of diluted Blue dye into SKO receipt
header line during receipt of SKO or during inter-tank transfer and flushing of blue dye system
through SKO and shall be integrated with Terminal Automation System.
1.2 The system comprises of following major components as per system drawing and design
requirement
• SS Blue Dye storage Tank (500Ltrs)
• Blue Dye pump with FLP Motor (Double Diaphragm PD Pump) - minimum 200 LPH
• Agitator with FLP Motor
• FLP Starters for Blue Dye Dosing pumps and Agitators
• Turbine Flow meter (for measuring SKO receipt qty into blue dye tank and for measuring
diluted Blue Dye dosed into SKO receipt line)
• Local Push button Station for Emergency Stop
• Pulsation Dampener at the outlet of pumps
• Strainer along with Differential Pressure Gauge across strainer installed before dosing
pumps and before Turbine Flow Meter installed at the inlet of SKO (for dilution) to Blue
dye tank
• Pressure Transmitter at suction and discharge pump header.
• Pressure relief valve
• Non Return valves / Ball valves / Needle valves / Y type Strainer etc – As per drawing
and to meet design requirements
• SS Tubes
• Level indicator (Sight glass)
• Rota Meter for local flow indication
• Level transmitter (DPT type or better) along with accessories
• FLP Solenoid (ON - OFF) valves
• FLP Control JB along with interconnecting cables from respective pumps, agitators, push
button Station, Turbine Meters along with accessories
• MS Skid
• Piping within the skid connecting all the required instruments
• Necessary foundation bolts and accessories.
3.1.1 Depending upon the capacity of the Blue Dye tank and parcel size of SKO to be receipt,
calculated quantity of concentrated blue dye will be poured in Blue dye tank. The Qty of
Blue dye poured into the tank shall be entered into TAS for calculating the required quantity
of SKO to be mixed into the Blue dye tank based on predefined Ratio of 1:3 (Configurable).
3.1.2 The required qty of SKO shall automatically be poured into the tank on receipt of
confirmation from the User by opening SOV2 installed at the SKO receipt line of Blue Dye
Tank. In case there is insufficient ullage, system shall generate alarm and ask the operator
to decant blue dye and re-enter the revised Blue Dye qty to start the SKO Receipt operation
in the Blue Dye Tank.
3.1.3 Turbine Flow Meter installed at the SKO receipt line to Blue dye tank will measure the qty
of SKO receipt into blue dye tank. Once the pre-calculated qty of SKO is received into the
tank, system shall close the SOV2 and starts the agitator for mixing the SKO & Blue dye for
a pre-defined period (say 3 min).
3.1.4 In case High level ( 80% of the Blue dye tank capacity) is sensed by the DPT calibrated to
measure level (at diluted concentration), system shall close the SOV4 as well as SOV2 and
accordingly alarm shall be generated in TAS.
3.1.5 SOV4 shall always be in energised and in opened condition during normal operation and shall
close on
• ESD
3.2.1 Diluted Blue Dye ( Pre-mixed SKO & Blue Dye in the ratio of 1:3) to be dosed in SKO Receipt
header line @ 100 ppm (Configurable). User is required to enter the tank wise SKO receipt
parcel size into the system.
3.2.2 In case the parcel size of the SKO for a particular tank under receipt is more than the
maximum parcel size that can be catered by the blue dye system at a time, then system
shall prompt user to split the parcel size into the qty less than the maximum parcel size.
3.2.3 In case the parcel size of the SKO for a particular tank under receipt is more than the parcel
size that can be catered by the available blue dye in the tank at that time, then system shall
prompt user regarding in- sufficient Blue Dye available in the Blue Dye tank for the entered
parcel size.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 434
TECHNICAL SPECIFICATION
3.2.4 Based on SKO parcel size, system shall calculate the quantity of diluted Blue dye to be dosed
in the SKO header line.
3.2.5 Dosing shall start once Start command is given by the user in OIC during SKO receipt
operation.
3.2.6 On receipt of Start Command from the user, System shall start the Blue Dye pump and once
the discharge pressure reaches 6 kg/cm2, SOV1 installed at Blue Dye discharge line shall get
opened. The qty of Blue Dye dosed shall be measured by the Turbine Flow Meter installed
in the discharge line.
3.2.7 When the required qty of diluted Blue Dye is dosed for that particular parcel, SOV1 shall get
closed and the pump shall stop automatically.
3.3 Flushing of Blue dye tank, pumps, strainer and line after SKO receipt is completed.
3.3.1 Provision shall be there to flush the Blue Dye Dosing System with White SKO after completion
of SKO receipt as per philosophy and logic stated below and attached schematic drawing for
blue dye dosing system.
3.3.2 After blue Dye dosing is completed, operator shall drain the left over qty of Pre mix SKO
&blue dye in the main tank to a barrel/container from the drain valve of the tank. The
product collected can be utilized during next cycle of SKO receipt depending upon the
condition of the sample.
3.3.3 After the product is completely drained, operator shall intimate the Control Room operator
to start the flushing activity.
3.3.4 There shall be provision in the GUI to start the flushing activity of the Blue dye system.
3.3.5 Once the command for flushing is sensed by the TAS, DCS shall send command to open SOV2
(installed in the SKO receipt line to Blue dye tank) for taking SKO from the main header line
to Blue Dye tank.
3.3.6 After receipt of SKO in tank (say 100 Lts as sensed by TFM installed in SKO receipt line to
Blue dye tank), DCS shall close the SOV 2 and run the agitator for predefine time (say 3 min).
3.3.7 After stopped feedback of the agitator is received by the DCS, DCS shall send command to
open SOV3 (installed at the bypass line of the PRV) and start one of the flushing pump (200
LPH) and shall stop the pump after running for predefined period (say 3 min).
3.3.8 After stopped feedback of the first dosing pump is received by the DCS, DCS shall send close
command to SOV3 and start the second dosing pump and opens SOV 1 (installed at the
discharge header line of the blue dye system.
3.3.9 The second dosing pump shall continue to run till the entire SKO in the Blue dye tank is
injected in the main SKO line which shall be based on PT reading installed in the suction line
of the pump or 15 min (Configurable) whichever is earlier.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 435
TECHNICAL SPECIFICATION
4.0 Suitable interlock to be provided in the blue dye dosing system like:
4.1 Blue dye dosing to take place only when at least one of the SKO tank is in receipt mode and
corresponding line ROSOV and DBBV are in open condition.
4.2 Emergency Stop FLP PBS to be provided near the skid to stop the dosing operation & closes all
SOVs and pumps of Blue Dye Dosing System.
4.3 Other safety interlocks like stopping of pump in case blue dye line pressure exceeds a
predefined limit etc.
4.4 There should be a provision to select the sequence of operation of dosing pumps i.e assigning
priority to dosing pumps in OIC when kept in Remote mode.
4.5 There should be a provision in the system to put dosing pump under maintenance so that
system should not attempt to give it a ‘Start’ / ‘Stop’ command. Such events should get
logged on to the system with a time stamp so that downtime for the equipment can be known
in the form of report.
4.6 In case of any of the pump fails to start in spite of the command from the control room, an
alarm should be generated and next pump in the sequence should start.
4.7 Other safety interlocks as per design philosophy.
5.0 SPECIFICATIONS
1. PUMP
c Pressure 8 Kg/Cm2
2. MOC
b Pump Body CI
d Diaphragm PTFE
3. MOTOR (FLP)
a HP 1 HP
b RPM 1440
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 436
TECHNICAL SPECIFICATION
c Power 3 Phase
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 437
TECHNICAL SPECIFICATION
TANK
1 Capacity 500 L
2 Material SS 304
MS SKID
2 MOC IS2062
1 Voltage 230 AC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 438
TECHNICAL SPECIFICATION
6 Size 1”
DAMPENER
Sl. No. Parameter Minimum Requirement
Strainer
1 Type Y- Type
NEEDLE VALVE
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 439
TECHNICAL SPECIFICATION
2 Pressure 10 Kg/Sq cm
BALL VALVE
1 Size 1” BSP
2 Pressure 16 Kg /Sqcm
1 Service SKO at the inlet of blue dye tank for mixing white SKO with
Blue Dye.
2 Line Size 1/2” along with suitable reducers as per flow requirement
7 Temperature Class T4
10 Rotor SS 430/ANC 21
14 Signal Voltage 12 – 28 V DC
Miscellaneous
Note: All the cables for control and feedback to be connected through TAS DCS and necessary GUI to
be provided in TAS.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 441
TECHNICAL SPECIFICATION
TT UNLOADING SKID
Supply and installation of suitably designed pre-fabricated Metering Skid of Mild Steel structure
at respective unloading point for mounting of complete Metering assembly of product along
with associated equipments as per product configuration detailed in the tender document.
In addition to above, entire cabling works from respective equipments in the skid up to
respective Power, Signal and Control JB within the skid are to be done and loop tested prior
to shipment of the skid to site. The cabling within skid are to be done in such a way that at
site only subsequent cabling from respective JBs to respective field JBs/ Control room
equipment are required to be done for integration and commissioning of the entire metering
and associated equipments.
Required FLP JBs, FLP double compression glands, Exd plugs, cables, cable trays with covers,
mounting structure, FLP isolators etc as per design Engineering are to be provided on the Skid.
Use of common JB for power, signal and control cables termination of respective cables within
skid is not acceptable.
The skid so designed shall have dimensions which can be easily installed within the TT
unloading platform. The dimension of the skid along with metering assembly and associated
equipment shall be within the clearance of 1.8 m width x 4.5 m length x maximum 2.5 m height
from the bottom of the platform. (Vendor needs to verify the same prior to start of fabrication
work).
Two nos. of FLP Socket with cap shall be provided in the metering skid. One no. for providing
power supply to mobile master MFM & another for integration of Mobile Master MFM with TAS
for proving of main product MFM. The power supply to FLP socket shall be provided from
Automation UPS.
Each Metering skid is to be provided with instruments as per schematic drawing attached in
the tender document.
TANK TRUCK
A B C D E F G
C- MFM
E- DCV
All the equipments, JBs, cable trays, interconnecting cables, glands etc as stated above to
be installed and loop tested at factory before despatch to site.
The skid to be designed and fabricated by the party taking into consideration of all the
equipment sizing, space available for mounting of the skid in the TT unloading platform, ease
of carrying out maintenance activities etc.
The design engineering along with drawing, weight calculation of individual metering skid
excluding equipments is to be submitted to IOCL prior to taking up fabrication job for review
purpose.
Provision to be made in the skid for mounting of Batch Controller,Grounding unit, RIT cum
Driver's Ack Push button stations, card reader, FLP sockets, FLP junctions boxes (Power, Signal
and Control), FLP power isolator switch, interconnecting cables from respective equipment to
JBs, cable trays with collar height of 50mm with covers, glands, support, MS structure, nuts,
bolts, gaskets, Tees, bends, elbows, WNRF flanges, nozzles, plugs, isolators, any other
equipment if required as per design Engineering etc.
The entire metering skid to be powder coated after surface preparation and colour band to be
provided on loading arm & product piping as per IS code of the base product tabulated below:
PRODUCT COLOUR ISCODE NO.
MS 91 BS VI DEEP ORANGE 591
MS 95 BS VI SIGNAL RED 537
ETHANOL DARK VIOLET 796
HSD BS VI OXFORD BLUE 105
SKO GOLDEN YELLOW 356
Navy HSD, HF HSD OXFORD BLUE 105
FO, LDO ALUMINIUM/OFF WHITE ---
NAPHTHA DARK BROWN 412
BIO DIESEL TURQUOISE BLUE 102
ATF (JET-A1) GREY 632
TOXICOLOGICAL INFORMATION
Acute toxicity/ Local effect Risk in improbable under normal conditions of use.
Inhalation of high concentrations of vapor or aerosols may
cause lung irritation
Skin, Contact, Comments Risk is improbable under normal conditions of use
Ingestion, Comments In case of ingestion lung infection my occur.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 446
TECHNICAL SPECIFICATION
ECOLOGICAL INFORMATION
Comments about Experimental data on the finished product are not available.
ecotoxicity Not expected to be harmful to aquatic organisms.
No information available for used product.
Mobility Air: NA
Soil: Given its physical and chemical characteristics, the
product generally shows mobility in the ground
Water: The product is not soluble in water. In water bodles of
fishing farms maximum allowable concentration is 350 mg/I
DISPOSAL CONSIDERATIONS
3.2 The additive pump shall be controlled in remote configuration with its FLP starter located
near tank connected to automation system. Further, the motor shall also be operated in
manual mode by a local ON / OFF FLP push button station in case of failure of remote
operation of pumps.
3.3 As a part of the dosing of the additive, Batch Controller Unit (BCU) shall receive the batch
quantity of product to be loaded as an input from Automation system.
3.4 Based on predefined ratio already preset in the BCU, the total quantity shall split into
main product and additives. Once the loading commences the BCU measures additive flow
from additive meter, pulser in comparison to the flow of main product. When a pre-
defined additive volume has been dispensed in relation to the main product volume ( say
for every 100 liters), the solenoid valve on the downstream of additive flow meter in the
additive injection block is de energized (closed) by the BCU. This cycle is repeated
throughout the load cycle allowing precise, intermittent volume of additive to be
dispensed so that a homogeneous mixing of additive takes place with main product. At
the end of batch, the BCU de-energizes (close) the solenoid valve on the additive block.
Signal is also given to the TAS, which in turn de energizes the motor coupled to the additive
pump (i.e. the additive pump set is switched off) if no demand for additive persists.
g Housing SS
h Output Pulses suitable for batch controller
i Sensor Voltage 5 to 30 Vdc
Process
j 15/25 mm
Connection
k LCD Display Optional
l Installation IP65
M Barrier To be provided (P&F/MTL/GMI etc.) in FLP housing
3 Solenoid Valve
a Type Normally closed
b Body & wetted SS 316
parts
c Supply Voltage 230 Vac, 50 Hz +/- 5%
d Process 1/2”/1” NPTF/ Flange as per Requirement
Connection
e Cable Entry ½” NPT with junction box
f Mounting Suitable for mounting in hazardous area, gas gr. IIA
& IIB (CCOE/PESO approved)
4 Accessories
A Strainer/Filter
a. Size 15/25 mm
b. Type Y
c. Mesh 40 Micron
d. End connection Threaded (NPT F)/Flanged
e. Working pressure 10 Kg/cm2
f. Screen SS 316
g. Body SS
h. Plug SS
i. Bonnet SS
B. Non-Return Valve
a. Type Swing type
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 450
TECHNICAL SPECIFICATION
Material of
construction
a. Body SS 316
b. Cover SS 316
C. Ball Valve
a. Rating 150#
b. Ball SS 316
c. Body SS, ASTM A351 Gr. CF8M/ASTM A182 Gr. F316
d. Port Full Bore, Bi-Directional
e. Stem SS 316
D. Piping/Tubing (Swagelok/Parker- Make of Tubing)
a. Size As per requirement
b. MOC SS316
Note:
1. Fitting arrangement end connection of complete Package
2. Total length of arrangement
3. Cable gland Meter side & SOV side to be Provided
4. Pressure Drop to be provided across Additive panel
Static mixer
A static mixer is a precision engineered device for the continuous mixing of fluid materials,
without moving components. Fluids to be mixed are liquid (Gasoline+ RON Booster Additive).
The energy needed for mixing comes from a loss in pressure as fluids flow through the static
mixer. Static Mixer shall be suitable for horizontal & vertical mountings. Length of Static mixer
shall be as minimum as possible. Vendor to be submit the detail design document for static mixer
along with drawing during detailed engineering itself.
S/N DESCRIPTION MINIMUM REQUIREMENTS
1. Mixture Gasoline+ RON Booster Additive
2. Type Static Mixer
3. Design Code ASME Sec. VIII Div.1 ED.2019
4. Design Pressure 15 Kg/cm2
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 451
TECHNICAL SPECIFICATION
20. The DCV will open & close in multiple stages to control flow & blend B-100 in HSD as per
the configured ratio within +/-.
21. Since there will be lag of blending flow rate compared to main line flow rate at the start &
the end, there will be some delay configured & ratio tolerance limit will be defined in the
blending skid PLC logic and achieve the blending as close as possible.
22. During the operation when there is change in the flow rates, as per tolerance/dead band
configured in the system, blending is done as per the configured ratio along within the
tolerance limit.
23. In case if blending is going beyond the tolerance (Overdose/underdose) limit, an alarm will
be generated & blending skid PLC will stop the operation. Operation can be Restart, upon
rectification from field or from TAS.
24. Once TLF Loading is completed then operator will press "Day End" or "Stop Button" from
TAS, to close the operation. The blending skid PLC will then Close all TOBV's and DCV.
25. In case if only "STOP" button is pressed, the Blending Skid PLC will only close the DCV &
keep the TOBV open for intermittent stop operations.
26. Trend to be configured for all the process values e.g., HSD stream-A flow rate, HSD stream-
B flow rate, B-100 stream-A flow rate, B-100 stream-B flow rate etc. or as per site
requirement.
27. Details to be captured in Master for configuration in both (TAS/Skid PLC) and audit trail of
the same to be available in both systems. Status of these parameter need to read back in
the TAS system and to be displayed in the TAS system for monitoring.
28. Report shall be Created in TAS System as per requirement.
29. MASTER change to be recorded and to be separately recorded as report for blending master
report.
30. Following minimum screens to be captured in the TAS system as well HMI in blending Skid
PLC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 457
TECHNICAL SPECIFICATION
32. Smart meter/heart bit verification procedure also to be added as a utility for the
verification of MFMs.
33. The metering system to be provided with proving arrangement for master meter proving for
both the blending line as well as main line. Calibration utility to be generated for Master
and slave MFM.
34. All alarms and events to be recorded in TAS alarm and event summary.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 458
TECHNICAL SPECIFICATION
1.0 General
1.1 True DCS is to be supplied, no Hybrid DCS is acceptable.
1.2 The specification provided gives minimum guideline for DCS based terminal Automation
System to be designed for reliable, effective and optimum control & monitoring of a Marketing
Terminal Operations.
1.3 The offered DCS shall be supplied with latest version of system and application Software,
controller Firmware and latest hardware.
1.4 DCS OEM / TA vendor shall be single point responsible Vendor (SPRV) for its system/ sub-
system.
1.5 The offered DCS should be modular in design to accommodate envisaged TAS system
configuration and allow flexibility and future expandability. The DCS system should offer real-
time control of the information from field instruments and devices along with supervisory
control, access control, order allocation, transaction processing, and product inventory
tracking in the terminal.
1.6 Galvanic isolation shall be provided for all field signals. Isolation shall also be provided
between DCS and Engineering Workstation, Operator Interface Console & related subsystems
connected to it, if there is any possibility of high voltage from LED monitor being transmitted
to the sub-systems.
1.7 System Architecture drawing attached with the tender is only a guideline to the bidder for
designing of the DCS based Terminal Automation System meeting the functional and Technical
Requirements. Any additional hardware, software, licenses, tags etc (if required) based on
the Design Engineering by the vendor has to be provided by the vendor at no additional cost
to IOCL.
1.8 Vendor offering Server- Client based DCS architecture is also acceptable subject to meeting
the tender specifications and functional requirements including specified redundancy and
fault tolerant.
1.9 Following points needs to be considered by the vendor while designing the DCS based
control System:
1.9.1 The offered system shall meet the technical and functional requirements of the tender.
1.9.2 All the field devises are to be interfaced with DCS/Safety PLC (as applicable) directly without
the need of any additional Gateway or intermediate devices.
1.9.3 The Batch controller, Master Control Stations etc which are based on MODBUS TCP IP
protocol are to be interfaced with DCS Ethernet ports directly or through dedicated
industrial grade Redundant layer 2 Ethernet Switches.
1.9.4 All other devises which are based on MODBUS RTU/ RS 485/RS 232/ HART/ Profibus/ Other
Standard protocol are to be interfaced with DCS/ Safety PLC (as applicable)(directly through
respective Input/ Output module as detailed in attached IO List of DCS and Safety PLC.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 460
TECHNICAL SPECIFICATION
1.9.5 In case the offered DCS do not have such Input / Output module as sought in the tender,
then vendor can additionally provide redundant PLC which shall sit on the same DCS highway
Network & shall belong to same family of the DCS.
1.9.6 All the operator stations irrespective of its Nomenclature as TTES, EWS, OIC, Fire fighting
PC etc shall sit on DCS Control Network as well as TAS Management Network such that
operator sitting at any OIC / TAS PC are able to carry out all the required operation and
viewing of screen as per the Authorization provided for any particular User.
1.9.7 It shall be possible to see the current status of all the connected equipment with DCS along
with operation of the equipment from the GUI (wherever applicable – like opening/closing
of MOV, DBBV, ROSOV; Operation of pumps, bore well and fire engine; Display all the process
parameters etc) even if redundant TAS Management servers fails.
1.9.8 Vendor is required to store long term Historian data, events, logs, Master configuration data
etc on redundant TAS Management Servers in-case the offered DCS do not have in built
storage space in the Controller/ DCS.
1.9.9 In addition to above, Vendor is also required storing the above mentioned Historian Data,
events, logs, Master Configuration data etc on Engineering Work Station so that in the event
of failure of both TAS Management Servers, User shall still have privilege to carry out
operation of the location. In order to achieve the above mentioned feature, incase
Engineering work station needs to be Server Grade, then vendor to provide the same at no
additional cost to IOCL.
1.9.10 All the required communication between TAS and Batch controller should be through DCS
Controller only.
1.9.11 Following Automation Systems and Subsystem can run in Standalone mode with an interface
with TAS for specific exchange of data/ commands as detailed in tender document:
CCTV (Interface with TAS for Analytics based on process /system alarms)
ACS ( Interfaced with TAS for ESD input and subsequent action)
TFMS (Interfaced with TAS for Sharing of TFMS data, trends, alarms etc and subsequent
posting of TFMS data to SAP through TAS Management Server).
1.10 The system shall meet the following requirements as minimum without the supervisory
computer:
• Control
• Data acquisition & monitoring
• Alarming
• Logging & report generation
• Historical data storage (Minimum 6 months)
• Trending
1.11 The Operator HMI workstations shall function as the main interface for the DCS, TT Access
Control System, Tank Truck loading System, Tank Farm Management System, Fire &
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 461
TECHNICAL SPECIFICATION
Hydrocarbon Vapour Detection System, ESD system and other package equipment. The
functions of these work station shall include at least:
• Graphical displays showing the process and equipment conditions.
• Trends of selected process variables
• Alarm / Event management including alarm acknowledgment
• User Authentications & User Rights configuration for all different functions of TAS.
• Commands and controls to change the operating state of the process facilities
• Summaries and reports
• OPC (if applicable)
1.12 Failure of any HMI station (OIC) should not affect the functionality of other HMI station (OIC).
1.13 The DCS system shall support open interfaces with other systems such as higher level
management information systems and other business systems. The system shall support
TCP/IP based links to these external systems. The DCS system shall support the use of
"standards" commonly used in the Microsoft environment, including OPC and COM.
1.14 The DCS shall support programming in programming languages as per IEC-61131-3.
1.15 DCS controller shall be in dual redundant hot standby/ parallel redundant with dual
processors, dual power supply modules, dual communication modules & control bus and single
I/Os for all processes - DI, DO, AI & AO as specified.
1.16 The DCS system shall have Tag based addressing. The database of the system shall be in the
controller including the tags, program and comments. Fundamental controls should be done
only by the controller, and all the process data, control logic, and procedures shall be
contained in the controllers
1.17 The DCS shall have very high noise immunity in order to ensure safe and reliable operation
when subjected to electrical radio frequency interference and electromagnetic disturbances
expected in a plant. The design of system electronics shall be in compliance with the
electromagnetic compatibility requirements as per IEC-61000-4.
1.18 The system shall have extensive set of self-diagnostics hardware and software for easy and
fast maintenance of DCS. Routine checks should run automatically at frequent intervals for
identifying any fault in software or hardware. Diagnostics shall be required at local module
level.
1.19 Operation of the DCS shall be completely unaffected by a momentary power loss of the order
of 20 milliseconds.
1.20 The scan time of DCS controller shall be configurable. Scan time of DCS is defined as the cycle
time taken by the system to read input, process input executing logic, and update control
output for all the logic configured within the system. Other activities like diagnostic routines,
output/dump of data to peripherals, or any other activity, which consume processor time,
shall also be accounted while computing scan time.
1.21 Scan Time: It shall be possible to allocate different scan times to any I/O. Each individual loop
shall be configurable between 20 ms -2000 ms.
(1) For Open Loops – 1000 ms (Max).
(2) For Closed Loops – 500 ms (Max)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 462
TECHNICAL SPECIFICATION
1.22 The integrated control system shall be based on open system architecture i.e. the system
shall have inherent capacity to integrate and exchange information with other brand system
devices and platforms via industry standard communications, platforms and protocols such as
MODBUS, PROFIBUS, OLE for Process Control (OPC) or Ethernet TCP/IP.
1.23 The system shall be able to support various types of field buses. As a minimum, PROFIBUS,
MODBUS Master & Slave, Modbus TCP should be available.
1.24 All Controller and IO Cards shall be minimum G3 as per ISA 71.04 from the source of origin.
1.25 The DCS system shall work at operating & Design temperature as specified in Site Data and
for humidity up to 95%.
1.26 Interposing Relays shall be used where the DCS DOs are interfaced with MCC panels and where
the drive load is more.
1.27 System should be capable of supporting minimum 4 times the actual tags requirement or
30,000 tags whichever is higher.
1.28 The system shall be internally protected against system errors and hardware damage resulting
from electrical transients on power wiring and signal wiring which may be generated by
switching large electrical loads or by power line faults and connecting & disconnecting devices
in the system.
1.29 It should be possible to operate DCS from each station. i.e Failure of any DCS operator station
should not affect functioning of DCS or other operator station.
1.30 The DCS design shall permit the future expansion by means of on-line addition of CPU / IO
Modules and addition of subsystems without disrupting the operation or system
communications.
1.31 Controller shall accept the change in set point command from central level (as operator
interface function) and take action accordingly. It shall have facility for slow and fast ramping
of set point as well as output. In addition, it shall have anti-reset wind-up feature as standard.
1.32 In addition to above, it shall also be possible to change set point, tuning constant, operating
mode, controller configuration from the central level i.e. operator’s interface keyboard and
engineer’s interface keyboard.
1.33 DCS OEM make operator keyboard should be supplied as part of DCS system along with each
Operator Station. Operator Keyboard should have quick action with Control Keys and
configurable Function Keys. However OEM tested operator keyboard meeting the requirement
can also be supplied.
2.3 All process controllers shall be protected from cyber-attack using firewall technology that
rejects Ethernet messages not needed for control purpose, and prevent message flooding
and/or denial of service attack.
2.4 The DCS system shall be based on fast dual redundant Data Highway network as the core
Communication backbone of the system. The failure of one network cable shall not have any
impact to the operation of the DCS system. Each workstation shall be connected to both
system Data Highway. The network must allow redundant connection to open 3rd party
application on qualified PCs. Bus Redundancy for OPC server shall be offered
2.5 The arrangement for I/O Modules shall prevent the common cause of inoperability for
the equipment.
2.6 Both DCS & Safety PLC shall be of the same make & shall be an Integrated System with
Common Highway.
2.7 Alarm, Event of both DCS and Safety PLC shall be available on common HMI window.
shall be suitable for inserting in 19" rack/ Back plane mounting. The types of modules shall
be kept to minimum possible in order to have inter changeability and low spares inventory.
3.4 The system shall be designed such that 20% future expansion can be accommodated without
any modification or replacement of existing equipment, communication systems or software.
controller back-up. In case failure is detected in the active controller, all the loops of the
failed controller shall be transferred to the back-up controller
4.10 Controller and data acquisition sub-system shall be configured from the central level i.e.
through engineers interface sub-system under password or hardwired key lock protection.
Single loop controller when specified shall be configured from the local level.
6.1.1 Control and data acquisition functions shall be performed by fully redundant
microprocessor-based controllers.
6.1.2 All process controllers must be licensed for data acquisition, Logic Control,
process/ regulatory control, advanced model-based control and sequence control. There
shall be no requirement to extend license to utilized full controller processing and/or I/O
point capacity.
6.1.3 The system to be sized to handle at least 1.5 times the actual I/Os requirements or 1000
I/Os whichever is higher.
6.2 The DCS controller shall have minimum of 32 bit processor to enhance the processor speed. It
should have minimum 32 MB RAM.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 466
TECHNICAL SPECIFICATION
6.2.1 Dual Redundancy shall be provided such that in case of failure of the primary controller,
the secondary controller shall take over automatically without any time lag. Both processors
shall access the inputs simultaneously. The changeover shall be bumpless and the system
shall be safe. Redundancy shall be hardware based where Primary & Redundant CPU’s shall
not share the common backplane. Use of Functional Blocks for achieving Redundancy shall
not be acceptable.
6.2.2 Redundancy shall be provided for complete processor subsystem including CPU, power
supply & host system communication interface. System shall be truly fault tolerant such that
the IO Bus shall be Redundant IO Bus with redundant IO bus adapter in every chassis. Any
failure at the Controller should not impact IO Bus redundancy and similarly any failure at
the IO Bus /Communication level should not impact the Controller.
6.2.3 The processor and IO Rack shall have redundant power supply module to provided
individually for each rack.
6.2.4 These control processors shall be able to support multiple I/O processors.
6.2.5 Controller shall be capable of accepting process signals from various process sensors and
switches preferably without requiring external or auxiliary signal conditioning devices. The
system inputs shall include 4-20mA, DC thermocouples, resistance temperature detector
(RTD), FF devices, Profibus, HART Devices and discrete inputs as a minimum, apart from
others as specified in the specifications.
6.2.6 Main Memory shall be non-volatile. It should be supported with ECC memory to detects
memory error as well as to identify where, in which bit, the error has occurred, and correct
it by itself.
6.2.7 In case of failure of complete processor system i.e. both processors system, outputs shall
take fail-safe automatically.
6.2.8 All online modified logic and forced IOs shall be automatically copied to the standby
Controller.
6.3 System Communication Requirements
6.3.1 The DCS system communication network shall be fully redundant with automatic
changeover upon failure of the active path. Manual changeover facilities shall also be
provided.
6.3.2 The system shall support Fast Ethernet and/or fiber-optic communication cables. However,
all outdoor communication cables For CCTV, TAS LAN, IOCL LAN, BCUs, Remote IO panel (if
required), any other field devises which are based on Ethernet communications shall be
through fiber-optic cables via diverse routes to the extent possible
6.3.3 Differences between the primary and secondary communication cable lengths shall
be minimized so as not to affect the DCS communication system operation. The vendor shall
advise maximum allowable length discrepancy.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 467
TECHNICAL SPECIFICATION
6.3.4 The system shall support on board redundant Modbus serial and TCP/IP based links. Use of
External Gateway/Terminal Server is not acceptable.
6.3.5 The communication of the system shall be via digital communication bus that provides a
high speed data transfer rapidly and reliably between the operator consoles, process I/O
devices, process computer and other devices connected to it.
6.3.6 Communication speed of the bus shall be sufficient to update the operator console database
once every second. The overall system performance shall not be degraded whether
communication sub-system is 10% loaded or 100% loaded.
6.3.7 Connection or removal of any component of the communication system shall not disturb the
operation of the DCS on the whole.
6.3.8 Differences in length between primary and secondary communication cables shall not affect
operation of the communication system or the requirements shall be explicitly stated.
6.3.9 Communication systems configured as redundant shall either use the backup path
continuously or check the backup path at least once per minute to determine if it is
operating normally. Status changes shall be alarmed at the operator workstation.
6.3.10 All serial communications lines shall be protected from lightning and switching transients
using protective devices. Exceptions can be made for circuits that do not exit a control
panel enclosure and for temporary local connection of programming equipment.
6.3.11 The communication subsystem shall be a digital communication bus that provides reliable
and high-speed data transfer between the processor subsystem & I/O subsystem.
6.3.13 Automation system communications shall be based on the ISO, Open system Interconnect
(OSI) reference model to provide a migration path to evolving communication standards.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 468
TECHNICAL SPECIFICATION
The communication networking shall be selected with optimal loading and higher
throughput.
6.4 Communications with Other Systems:
6.4.1 The DCS shall be able to interface and communicate with the external equipment and
systems listed below:
➢ ESD system
➢ FAS system
➢ DG set, Rack Monitor, Mass Flow meter, Density Probe, UPS
➢ Master Control Station for MOV & DBBV
➢ CCTV System
➢ Access Control System
➢ Batch Control Unit
➢ Pipeline PLC
➢ OMC PLC
➢ Vapour Recovery System
➢ TFMS System
➢ Work Station, Servers and LAN.
➢ OPC Server (if applicable)
➢ Other System & Sub-system as per design Engineering
6.4.2 These external interfaces and software shall be established standard features of the DCS.
All devices providing external interfaces shall use standard protocols. OPC (OLE for Process
Control) support for external links shall be included.
6.4.3 The following capabilities shall be provided for communicating with systems provided by
others:
➢ RS-232, RS-422 and RS-485 synchronous or asynchronous mode of communication at
selectable industry standard baud rates.
➢ Ethernet ports, using twisted pair, fiber optic or coaxial cable with TCP/IP
➢ Other proprietary system with proprietary software's shall be connected to DCS with suitable
gateways for full duplex communication and control
➢ It shall be possible to modify master/slave mode of the system based on the mode of the
system provided by others.
➢ Access to DCS database for advanced control applications and data acquisition.
➢ Export of data to common PC applications such as spreadsheets and databases.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 469
TECHNICAL SPECIFICATION
6.5.1 The DCS system should inbuilt or external OPC enabled server on its network allowing data
transfer from the DCS network to any third party OPC client on TCP/IP- Ethernet based
system for:
a) Flexible and efficient reading and writing of data between an application of the third party
OPC client and the DCS.
b) Notifying the application of the third party OPC client about the specified event and alarm
conditions in the DCS.
c) Allowing the application of the third party OPC client to read, Process and edit data of the
historian engine of the DCS
(Complying with Latest applicable OPC foundation specification)
6.5.2 The OPC server should be able to communicate with the OPC client at a rate decided by
the client.
6.5.3 The data items of the DCS which are to be made accessible to the OPC clients through the
OPC server shall be considered as security objects as defined in OPC foundation
specifications and the manner in which they are to be secured, must confirm to the above
specifications. The OPC server shall function as reference monitor and shall make access
authorization for the security objects exposed by the OPC server
6.6 Communication Faults:
6.6.1 The system shall support standard failure/recovery procedures. Supervisory network must
be able to diagnose and alarm on computer node and network problem like CPU
Overloading, Low Disc Space or overload network Traffic, Alarms generated shall be fully
integrated in to main alarm subsystem.
6.7 Data Storage (History & Archive), Backup and Restoration Requirements:
6.7.1 Long Term Historical Data Recording inbuilt/ external server shall be provided with DCS.
6.7.2 The data storage system shall be fully redundant and sized sufficiently to cope with
all historical data collection requirements. The external storage system shall be RAID 5 or
of latest configuration.
6.7.3 Data on the RAID storage array that has "aged" sufficiently shall be automatically archived
onto optical disk media. Upon the successful data archive, the system shall clean up the
data in the storage disk.
6.7.4 Data archiving and clean up shall be completely automated with no need for
user interaction except for media replacement.
6.7.5 The system shall perform an incremental backup monthly for entire disk system, including
program files and system files for all operator workstations, engineering workstation,
and Long time trend and log server to Optical media.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 470
TECHNICAL SPECIFICATION
6.7.6 Historical data trends shall be displayed for a period of minimum 6 Months for a data
sampling rate of 1 Second for 95% of total analog tags & 250 msec for 5% of Total Analog
Tags.
6.8 System I/O Requirements:
6.8.1 The maximum number of input/outputs per module shall be limited as follows
Sr. No. Type of Configuration Maximum Nos. Of I/Os per Module
32 for Digital input
32 for Digital output
1. I/O Sub-system 16 for Analog input
16 for Analog output
8 for Pulse Input
6.8.2 Each I/O shall be electrically isolated from external control circuit by suitable means. The
minimum isolation level between I/O and logic circuit shall be 1000 VDC. I/O status
indication shall be provided for each I/O module. However Module level status of complete
module shall also be acceptable. However in that case each channel status to be captured
in SCADA.
6.8.3 Each I/O shall be protected against reversal of polarity of the power supply voltage to I/O.
6.8.4 Each DI/DO module shall have LED to indicate the status of the Module.
6.8.5 The channel status shall also be available in Operator & Engineering stations.
6.8.6 All I/O modules shall be designed to prevent inadvertent insertion into the wrong side.
6.8.7 Each input shall be provided with filters to filter out any noise in the input line or noise
because of input contact bouncing.
6.8.8 DCS inputs shall be provided with 24 V DC contacts unless otherwise specified.
6.8.9 All the Analog inputs shall preferably be double ended i.e. two wires per input and not
common return for all inputs.
6.8.10 In general all out controls shall be powered with 24DC/230VAC redundant power supply.
However actual interrogation voltages shall be as per job specification.
6.8.11 Output contacts from the DCS system shall be 24V DC, 0.5A contacts ratings. Output to field
devices shall be driven through relay.
6.8.13 If Input is from intrinsically safe field instrument then intrinsically safe barriers shall be
provided for Analog / Digital input modules. Only Active Barriers shall be employed for
achieving galvanic isolation, wherever applicable.
6.8.14 Active type barrier shall be provided on all signal leads into and out of each equipment rack
and panel in the system to prevent damage from transient and inductive surge. Inductive
surge protectors shall be used on all power leads into each equipment rack and panel in the
system.
6.8.15 Interposing relays will be provided in equipment supplied by others, to ensure that no 240
or 110 volts I/O circuits enter the DCS cabinets, excepting power supply circuits.
6.8.16 Isolated relay outputs shall be provided for all other discrete output requirements.
Outputs that drive inductive loads shall be equipped with external "fly-back diode
circuits" designed into the output module. Interposing relays are also acceptable.
6.8.17 All output circuits shall be individually fused with fuse-status indication.
6.8.18 The I/O modules, interface modules shall be of the same make/ manufacturer & same family
(series) as the principal manufacturer of processor system.
6.8.19 I/O points shall be logically grouped and appropriately segregated between I/O modules to
build in system flexibility.
6.8.20 I/O designs shall be modular with keyed quick-connect wiring terminations that allow
replacement of modules without disturbing field wiring.
6.8.21 I/O modules shall communicate with processor modules serially either through back- plane
or through I/O control bus. I/O network shall always be redundant. Data transferring through
hardwired connections shall not be acceptable.
6.8.22 All Analogue Input / Output modules shall be HART pass through, irrespective of whether
the connected device is HART Enabled or simply analogue.
e) The output module shall provide 4-20mA output driving up to 400 ohms of total loop
resistance at 24V DC.
f) The system shall provide 24V DC for loop powered 2-wire transmitter and shall also
loop power the 2-wire outputs.
g) Analog Input / Output module shall not have more than 16 inputs or outputs.
6.9.1 The system shall have an extensive set of self-diagnostic routines which shall be able to
identify the system failures at least up to module level including redundant components and
power supplies.
6.9.2 Diagnostics shall be provided to check system operation and aid in system
maintenance. Online and offline diagnostics shall be provided to assist in system
maintenance and troubleshooting. Diagnostics shall be provided for system modules,
redundant components and peripheral
6.9.4 Online displays shall be supported by scheduled self-tests. Failure diagnoses shall be
sufficiently specific to indicate which printed wiring boards, modules or devices are at
fault. Displays shall be designed to help maintenance and engineering personnel diagnose
faults in system and communications paths. Each category of diagnostic display shall be
organized hierarchically.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 473
TECHNICAL SPECIFICATION
6.9.5 Communications diagnostic displays shall show communications errors for each redundant
communication path.
6.9.6 Any special diagnostic package available with the system shall also be offered. Detailed
description and capability of this package shall be supplied.
6.10 Asset Management System
6.10.1 Asset management system should be integral part of DCS system. It is based on open
communication standards and shall provide a single integrated software application to
perform device configuration, documentation and predictive diagnostics of Foundation field
bus, HART, Wireless HART etc.
6.10.2 Presently, the following equipments are to be integrated as a part of asset management
system.
✓ Pressure Transmitter
✓ AOPS
✓ ROSOV
✓ ATG probe
6.10.3 Diagnostic conditions detected by the System will be presented as alert conditions to the
maintenance and operations personnel. Each of these alert conditions will be capable of
being directed to the operations console, the maintenance console, or both.
FAILED – The device is not able to perform it primary function and is probably affecting the
process.
ADVISORY – The device is in need of preventative maintenance or has information that needs
to be recorded.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 474
TECHNICAL SPECIFICATION
ABNORMAL – The severity of the specific alert is unknown to the system and should be
investigated by the user.
CHECK FUNCTION – The device is undergoing maintenance or may be out of service, so the
primary value should be verified.
6.11 System Integration
The distributed control system shall be a fully integrated control system. Foreign devices like
shutdown system (Safety Instrumented System), F&G system, third party equipment etc. shall
be fully and functionally integrated with the distributed control system. Fully and
functionally integrated system shall meet the following requirements, as a minimum:
a) The foreign devices shall either be configurable from DCS engineering consoles
or from the dedicated engineering consoles of each foreign device.
b) Unless specifically indicated otherwise, each foreign device shall be integrated
with DCS through MODBUS (RTU/TCP-IP) / OPC protocol / Foundation Field Bus
/ HART.
c) Operator console shall display information in the similar fashion irrespective of
source of information. Source of information shall be transparent to the operator.
d) The process alarms and diagnostic alarms shall be presented on the operator
console.
The data transfer to and fro from other distributed control systems or supervisory computers
through information network shall utilize OPC protocol with adequate security such as
firewall.
7.5 USB ports should be disabled and warning should display if any USB device is connected /
inserted.
7.6 DCS system should have capability to protect against cyber attacks and relevant Achilles
certification for cyber security should be provided.
a) Indication of all analog and digital process variables of control loops, open loops
and all loop related parameters.
b) Manipulation of control loops including changing set point, mode,
output, configuration, tuning and computational constants.
c) Alarm displays and annunciation.
d) Graphic displays and status indication.
e) Logging and trending including historical trend recording.
f) Trend recording on assignable trend recorders, wherever specified.
g) Self-diagnostic messages.
8.2 DCS operator station to take data directly from controller for both monitoring and control
operations. Each DCS operator station shall have all functionalities of operation and
monitoring within the station itself and not depend on any other station.
10.3 All the cabinets shall be free standing, enclosed type and shall be designed for bottom entry
of cables through gland plates of preferably 3 mm thickness. Cabinet structure shall be sound
and rigid and shall be provided with removable lifting lugs to permit lifting of the cabinets.
10.4 Cabinet shall be fabricated from cold rolled steel sheets of minimum 2 mm thickness suitably
reinforced to prevent warping and buckling. Doors & side panels shall be fabricated from cold
rolled steel sheet of minimum 1.5mm thickness. Cabinets shall be thoroughly debarred and
all sharp edges shall be grounded smooth after fabrication. Panel shall be confirming to degree
of protection minimum as per IP-42
10.5 Cabinet finish shall include sand blasting, grinding, chemical cleaning, and surface finishing
by suitable filter and two coats of red lead primer by spray. After drying, final paint shall be
applied. This shall be epoxy depending upon the customer requirements. Outside and inside
color of the panel shall be light grey as per RAL 7035 texture finish. Base channel shall be
painted black. Non-welded panel shall be powder coated.
10.6 Each cabinet shall be of minimum 2100 mm high (excluding 100-mm channel base), 800 mm
or 1200 mm wide and 800 mm deep, in general. Construction shall be modular preferably to
accommodate 19" standard electrical racks.
10.7 All cabinets shall be of same height. Maximum swing out for pivoted card racks, doors and
drawers shall be limited to 600mm. However, standard design of cabinets from DCS
manufacturers shall be acceptable.
10.8 Cabinets shall be equipped with the front and rear access doors. Doors shall be equipped with
lockable handles and concealed hinges with pull pins for easy door removal. Cut-outs shall be
properly shaped and devoid of sharp edges. They shall be made by nibbling process or by
drilling and filling. Gas cutting under any circumstances shall not be used for making cutouts.
10.9 Biometric fingerprint cum smart card reader to be provided on front and rear door of all panels
(main panel and marshalling panel), along with accessories (Controller, Electromagnetic door
locks etc) for restricting un-authorised opening of the main & marshalling panel. The same
shall be integrated with Access Control System/ TAS.
10.10 In order to remove dissipated heat effectively from cabinets, vent louvers backed by wire fly
screen shall be provided in cabinet doors.
10.11 Illumination shall be provided for all cabinets which shall be operated by door switch.
10.12 Cabinet lighting shall be 230 V AC non-UPS only and the LED lamps shall be white threaded
type or better. One no. additional socket shall be provided in each cabinet for use of other
testing devices.
10.13 Equipment within the cabinet shall be laid out in an accessible and logically segregated
manner. Cable glands shall be provided for incoming and outgoing cables to prevent excessive
stress on the individual terminals. All metal parts of the cabinet shall be electrically
continuous and shall be provided with a common grounding lug.
10.14 The front and back doors of all DCS panels including marshalling panels shall have toughened
glass for visual ergonomics.
10.15 All digital output terminal blocks shall be fused type with LED indication.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 477
TECHNICAL SPECIFICATION
10.16 Two nos. of ventilation fans shall be provided for front & rear portions of all panels (i.e. total
four nos., 2 nos. for front portion and 2 nos. for back portion) alongwith fan failure alarm
indication at DCS and OIC.
10.17 Panel Temperature indication and alarm shall also be provided in DCS and OIC.
11.0 Earthing
11.1 Each cabinet, console and other equipment supplied as a part of DCS system shall be provided
with an earthing lug. All these lugs shall be properly secured to the AC mains earthing bus.
11.2 All circuit grounds, shields and drain wires of control cables shall be connected to the system
ground bus which shall be electrically isolated from AC mains earthing bus. This bus shall be
typically of 25 mm wide and 6 mm thick of copper.
11.3 All barriers, if used, shall be securely grounded. Safety barrier ground wire shall be capable
of carrying a maximum fault level current of 0.5 A at 250 V r.m.s per barrier.
13.6 Testing and FAT shall be carried out in two phases. The minimum requirement for testing
during these two phases shall be as follows:
13.6.1 Under the first phase, vendor shall perform tests at his works to ensure that all components
function in accordance with the specification for each type of test. A test report shall be
submitted for purchaser review within two weeks of completion of this test. All subsystem
shall undergo a minimum of 30 days burn in period. Following tests shall be performed by
the vendor and reports shall be forwarded to purchaser.
a) Quality control test, which shall be carried out to assure quality of all components and
modules.
b) System pre-test, which shall be physical, check of all modules, racks, cabinets etc.
c) System power-up test, which shall test functionality of all hardware, racks, cabinets etc.
13.7 The second phase of testing shall systematically, fully and functionally test all hardware and
software in the presence of purchaser representative. All subsystems shall be interconnected
to simulate, as close as possible, the total integrated system. Following minimum tests shall
be carried out.
13.8 This shall include the simulation of each input and output to verify proper system response.
The testing as a minimum shall include
• CPU Redundancy
• Each CPU to host system communication redundancy
• I/O subsystem to each processor system communication redundancy
• CPU rack power supply redundancy
• IO rack power supply redundancy
f) System diagnostic checking for all subsystems on local level as well as on console.
g) Checking of output status on processor failure
h) Checking of first-out alarm generation
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 479
TECHNICAL SPECIFICATION
DCS I/O list (Indicative) - Actual I/O requirement to be worked out during on detailed Design
Engineering
AI(Hart SERIAL
Sl.
Description Qty DI DO pass AO RS REMARKS
No.
through) 485
Nos. of
1 Pumps : 48
pumps
TLF Pump – (MS-3,HSD-4,
ATF-2, Bio-Diesel-2,Ethanol- 15
2, SKO-2)
TT unloading Pump House
pumps (MS-2, HSD-2, ATF-2,
14
Biodiesel-2, Ethanol-2, SKO-
2, RON booster additive-2)
ATF Fast flush tank Pump 1
U/G Product Tank Pump -
(MS-1,HSD-1,Ethanol – 1, Bio
8
diesel -1,ATF -1, SKO-1, RON
additive-2)
Additive Pump - Nos. (XP-
4
2,XM-2)
Blue dye dosing Pump 2
Stripping pump (sludge-1 No.) 1
Slop oil 1
Water (Raw Water) 2
From DCS
a Start Command 1 48
to MCC
From DCS
b Stop Command 1 48
to MCC
From DCS
c ESD command 1 48
to MCC
From MCC
d Local / Remote 1 48
to DCS
From MCC
e Run Feedback 1 48
to DCS
From MCC
f Pump Tripped 1 48
to DCS
From MCC
g Stop Push Button status 1 48
to DCS
From MCC
h Feeder ON/OFF 1 48
to DCS
From MCC
i Feeder TRIPPED 1 48
to DCS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 480
TECHNICAL SPECIFICATION
AI(Hart SERIAL
Sl.
Description Qty DI DO pass AO RS REMARKS
No.
through) 485
From MCC
j Feeder POWER OFF 1 48
to DCS
From MCC
k ESD 1 48
to DCS
2 Pressure Transmitter 80 Nos. of PT
i TLF pumps Suction 15
ii TLF pumps Discharge 15
UG Tank Pump, TT unloading
Pumps, Sludge Pump, ATF
iii 28
fast flush pump, Make up
water pump
iv TLF Header lines 9
v TLF skid 8
Header from Pipelines
vi 4
division in exchange pit
From PT to
a Pressure Input 1 80
DCS
3 DPT 37 Nos. of DPT
i Across all TLF pump strainers 30
ii Sludge Pump 1
ATF Receipt header, dispatch
iii 6
header to TLF and CPCL
From DPT
a DPT Input 1 37
to DCS
Nos. of
4 Level Switch 2 Level
Switch
Treater water Tank + Service
i 1
water
ii Raw water sump 1
From LS to
a Level Switch Low Input 1 2
DCS
From LS to
b Level Switch High Input 1 2
DCS
No. Of
5 Density Probe 23 Density
Probe
i A/G Product Tanks (15 Nos.) 15
ii U/G Product Tanks (8 Nos.) 8
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 481
TECHNICAL SPECIFICATION
AI(Hart SERIAL
Sl.
Description Qty DI DO pass AO RS REMARKS
No.
through) 485
From DP to
a Density Input 8
DCS
No. Of
6 Barrier Gates 14 Barrier
Gate
License area Entry barrier
gates ( Near Security Gate -
i 6
2 no. X 2, Entrance to TLF - 2
no. X2)
License area Exit barrier
ii gates ( Near invoice room - 1 3
no. X 3)
Main gate Security barrier
iii gates (Near Security gate- 1 1
no)
iv TT Parking Area Entry/Exit 2
Near TT Parking Area ( for TT
v 2
registration )
From DCS
a Open Command 1 14 to Barrier
Gate
From DCS
b Close Command 1 14 to Barrier
Gate
From
Barrier
c Local / Remote 1 14
Gate Panel
to DCS
From
Barrier
d Open Status 1 14
Gate Panel
to DCS
From
Barrier
e Close Status 1 14
Gate Panel
to DCS
From
Power Available/Sensor Barrier
f 1 14
Aligment/Sensor Cut Gate Panel
to DCS
7 ESD No. Of ESD
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 482
TECHNICAL SPECIFICATION
AI(Hart SERIAL
Sl.
Description Qty DI DO pass AO RS REMARKS
No.
through) 485
From DCS
a ESD output to Safety PLC 1 1 to Safety
PLC
From Safety
b ESD input from Safety PLC 1 1
PLC to DCS
No. Of DG
8 DG Set 3
Set
From DG
DG set Priority (Main DG set
i 1 1 Panel to
DG1/DG2 Selection)
DCS
From DG
DG Sets Selection (EDG/Main
ii 1 1 Panel to
DG)
DCS
From DG
DG mode
a 2 6 Panel to
(Day/Night/Master/Follower)
DCS
From DG
b Start Command 1 3 Panel to
DCS
From DG
c Stop Command 1 3 Panel to
DCS
From DG
d Running Status of DG Sets 1 3 Panel to
DCS
From DG
e Low Lube Oil pressure alarm 1 3 Panel to
DCS
From DG
High Coolant water
f 1 3 Panel to
temperature alarm
DCS
From DG
Battery Low / Charger Fail
g 1 3 Panel to
Alarm
DCS
From DG
h Overspeed 1 3 Panel to
DCS
From DG
i Auto/Manual 1 3 Panel to
DCS
From DG
j Fail to start 1 3 Panel to
DCS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 483
TECHNICAL SPECIFICATION
AI(Hart SERIAL
Sl.
Description Qty DI DO pass AO RS REMARKS
No.
through) 485
From DG
k Output Voltage 1 3 Panel to
DCS
From DG
l Output Frequency 1 3 Panel to
DCS
From DG
m RPM 1 3 Panel to
DCS
From DG
n Ampere 1 3 Panel to
DCS
From DG
Panel to
o Run Hour 1 3
DCS- Serial
input
From LT of
Fuel Level of DG sets (Level
p 1 3 Day Tank to
Transmitter)
DCS
Open/close command to SOV
From DCS
q at the inlet of DG sets day 1 3
to SOV
tanks
9 Pump Demand 52
i HSD loading Points 12
ii XM additive 6
iii MS loading points 9
iv Ethanol 9
v XP Additive 6
vi ATF loading points 2
vii SKO loading points 2
viii RON BOOSTER 6
Pump Demand from Batch From BCU
a 1 52
Controller to DCS
10 Additive Tank Gauging system 2
i Xtra Mile 1
ii Xtra Premium 1
From PT to
a Pressure Transmitter 1 4
DCS
Differential pressure From DPT
b 1 2
transmitter to DCS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 484
TECHNICAL SPECIFICATION
AI(Hart SERIAL
Sl.
Description Qty DI DO pass AO RS REMARKS
No.
through) 485
11 Blue dye dosing system 1
i Blue dye 1
From DCS
a Open/Close command 1 2 to solenoid
valve
From PT to
b Pressure Transmitter 1 2
DCS
Differential pressure From DPT
c 1 1
transmitter to DCS
From Radar
d Guided wave radar 1 1 gauge to
DCS
12 Hooter and Beacons 18
From DCS
a Hooter (control room) 1 2
to Hooter
From DCS
to alarm
b Lighting for alarms in console 4 4
lights in
console.
From DCS
Hooter cum Beacon (Dyke
c 1 18 36 to Hooter
drain valve)
and Beacon
13 Panel door 30
From limit
Panel door (front and rear)
30 switch to
open status (DCS-30 nos.)
DCS
Oil Water Separator/ Effluent
13 5
Treatment Plant
From ETP to
i System Running/Stop 1 1
DCS
From ETP to
ii Fault 1 1
DCS
Effluent discharging status or From ETP to
iii 1 1
not DCS
From ETP to
iv Discharge water PPM 1 1
DCS
From DCS
v ESD 1 1
to ETP
MOV/TOBV/DBBV Power
14 20
distribution board
i ON/OFF Status 1 20
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 485
TECHNICAL SPECIFICATION
AI(Hart SERIAL
Sl.
Description Qty DI DO pass AO RS REMARKS
No.
through) 485
15 Body valve MOV integration 4
MOV open command from
i 1 4
LPBS
MOV close command from
ii 1 4
LPBS
iii MOV Close Command 1 4
iv MOV open command 1 4
Nos. of
16 SOVs 3
SOVs
DG set 3
From SPLC
a Open/Close command 1 3 3 to Solenoid
valve
17 Misc 2
From Flow
i Flow meter in borewell line 2 2 1 meter to
DCS
From Flow
Turbine flow meter to
ii 2 2 1 meter to
pipeline division
DCS
From ATG
iii ATG Combo 2 2 2
to DCS
18 Serial Interface
From MOV
Master
Control
a MOV/ DBBV’s Master Station 9 20 Station to
DCS for
MOV &
DBBV
From DCS
b VFD PLC 1 1
to VFD PLC
From VRU
b Vapour Recovery System 1 1
to DCS
From EFT
Oil Water Separator/ Effluent
c 1 1 panel to
Treatment Plant
DCS
From UPS to
d UPS 2 1
DCS
FCU/CIU to
e FCU/CIU 4 4
DCS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 486
TECHNICAL SPECIFICATION
AI(Hart SERIAL
Sl.
Description Qty DI DO pass AO RS REMARKS
No.
through) 485
Pump
f Pumps 48 12 feeder to
DCS
Rodent
Repellant
g Rodent Repellant System 5 5
System to
DCS
From DCS
to Biodiesel
h Bio diesel blending skid 1 1
blending
skid PLC
From DG
i DG sets 3 1 Panel to
DCS
From PMCC
Multi functional meter in
j 15 4 Panel to
PMCC panels
DCS
From
k Transformer 1 1 Transformer
to DCS
l Capacitor bank 1 1 From
Capacitor
bank in
PMCC panel
to DCS
TOTAL 605 238 149 3 68
Spares 30% 182 72 45 1 21
Grand Total 787 310 194 4 89 1380
Note:
1.0 The offered DCS must have minimum above mentioned IOs and Serial Interface module or
as per actual site requirement whichever is higher for individual types of IOs (DI, DO, AI)
and Serial Modules. Any additional IOs / modules required as per scope of work and tender
requirement, the same to be provided at no additional cost to IOCL.
2.0 Even though in typical IO list, for IO calculation 30% spare IO taken for calculation purpose
however vendor has to provide 30% spare module as mention in specification.
3.0 The offered DCS must have additional space to mount atleast 20% additional IO modules in
future.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 487
TECHNICAL SPECIFICATION
4.0 In case any of the offered instruments which are to be integrated with DCS are based on
some other protocols like HART/FF etc, required module for the same to be provided in
DCS at no additional cost to IOCL over and above mentioned IO list.
5.0 In case DG set panel or any other equipment has Serial Output, then the same to be
connected to DCS over Serial Interface. However IOs as considered for DG set and
respective equipment is also to be supplied and the same shall be kept as spare for future.
6.0 The above mentioned IOs do not includes System related IOs, internal panel diagnostic IOs
(like fan failure, MCB fault etc) and the same to be taken into account by the vendor.
7.0 Pulse input for Turbine flow meter for DG is not considered, the same to be provided at
no additional cost to IOCL. Pulse input from Blue dye dosing system not considered. To be
provided at no additional cost to IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 488
TECHNICAL SPECIFICATION
SAFETY PLC
1.0 GENERAL
1.1 The purpose of this specification is to define the minimum requirements of a PLC based
Emergency shutdown system (ESD) designed for safe shutdown of the terminal operations
during emergency situation.
1.2 The job specification is part of Terminal Automation System and it shall be read in conjunction
with the tender document, Job specifications, other documents attached in the tender. The
requirements which have not been explicitly specified, but required for the completion and
efficient performance of the entire system are in Bidder‘s scope.
1.3 This specification outlines the SIL3 PLC based Emergency Shutdown system. The system shall
be able to operate independently of any other instrumentation or electrical system. System
operation will not be affected in the event of failure of other monitoring and control systems.
Communication with the other third party control systems shall be possible via dedicated fault
tolerant serial links and/or TCP/IP link.
1.4 The PLC system shall be designed, manufactured, tested & commissioned to comply “fault
tolerant” certified by TUV/EXIDA for use in applications classified as SIL-3 according to IEC
61508.
1.5 The PLC shall have very high noise immunity (RFI/EMI) in order to ensure safe and reliable
operation when subjected to electrical radio frequency interference and electromagnetic
disturbances expected in the terminal. The surges withstand capacity for input /output
modules shall be as per IEC standard.
1.6 ESD function shall be independent of primary control system and will perform regardless of
availability of Terminal Automation System (TAS).
1.7 The PLC shall have open protocol and share data with read only permission through Ethernet.
1.8 Failure in ESD system will de-energize the relevant system components causing actuators to
move to tripped (safe) position. All relays are normally energized and all contact normally
closed (normally means here process normal condition and not “no power” condition).
Wherever normally open field contacts are used, the ESD PLC I/O cards shall have line
monitoring to detect wire open condition.
1.9 Safety barriers shall be active type and certified by statutory authority like BASEEFA,
CENELEC, FM, CMRI etc. for the use in Zone 1, Group II A, II B, and T3. SIL Relays & Barriers
can be from other equivalent SIL 3 certifying agency.
1.10 The offered system should support Online Modification of Processor & IO cards. Therefore
online Extension of system should be possible, ie Adding/modification of I/O modules, racks,
tags, Boolean & logic functions etc, should not require a shutdown of system / Power cycle /
inactivation of CPU / momentary stopping of CPU scanning or IO Up-dation. No such limitation
/exceptions are acceptable. The same should be verifiable as per the Vendors TUV/EXIDA
Report.
1.11 All components of the Safety system - processor, communication module, Rack power supply
Unit, IO modules, shall be TUV/EXIDA SIL-3 certified.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 489
TECHNICAL SPECIFICATION
1.12 Engineering requirements/Pre requisite mentioned in selected Safety PLC make/model by TAS
vendor must be ensured for 100% implementation by the vendor without any extra cost to
IOCL.
6 Serial Interface (RS ➢ Serial Interfaces shall have capability to interface with the
485) following, if required
• Fire Alarm Panel & CO2 release panel
• Control Panels of Fire Fighting Engines
• Hydrocarbon Vapour Detection system
• Rim seal (if applicable)
• MOVs/ MCS for fire fighting system etc
7 Ethernet ➢ Shall have Dual redundant TCP IP communication link with host.
Communication port Ethernet Interfaces shall be used to interface with Terminal
Automation system.
11 Line monitoring ➢ Line monitoring shall also be provided for any normally open
input if used as per TUV/EXIDA certification for the TUV/EXIDA
certified PLCs.
➢ The Safety PLC Logic solver shall provide following line
monitoring on all types of inputs & outputs field device loops.
• Open circuit
• Short circuit
➢ Separate Digital Inputs are considered for line monitoring.
12 Reset Function ➢ After a trip has taken place due to any reason, Safety PLC shall
be designed to PREVENT automatic reset of the system.
➢ It shall require manual intervention by operations personnel to
activate a system reset locally when satisfied that process
conditions are such that it is safe to do so.
➢ No remote reset function is to be provided.
15 Bulk Power Supply ➢ Parallel Redundant Power supply shall be provided with Auto
Current Balancing (ACB) feature to increase the life of
individual Power supply.
➢ Power supply shall be provided with redundant MOSFET ORING
with indication and current consumption from each BPS.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 495
TECHNICAL SPECIFICATION
16 Rack/DIN Rail ➢ The Rack/DIN Rail power supply for Safety PLC shall be
mounted Power TUV/EXIDA approved for SIL-3 application with following
Supply and Field features
Interrogation Power
Supply • Dual built-in overvoltage protection to comply with IEC
61508 / DIN V 19250 & VDE V 0801standards
• Under-voltage alarm
• Parallel Redundant operation
• Optimum protection against continuous overload and
short-circuiting.
17 System Cabinets ➢ Details of the system cabinets shall be worked out during
detailed engineering stage and manufacturing standard.
➢ All interconnection between field and rack room shall be from
Marshalling racks only. All interconnection between marshalling
racks and system cabinets within the rack room shall be through
prefabricated cables.
➢ All the cabinets shall be free standing, enclosed type and shall
be designed for bottom entry of cables through gland plates of
preferably 3 mm thickness. Cabinet structure shall be sound
and rigid and shall be provided with removable lifting lugs to
permit lifting of the cabinets.
➢ Cabinet shall be fabricated from cold rolled steel sheets of
minimum 2 mm thickness suitably reinforced to prevent
warping and buckling. Doors & side panels shall be fabricated
from cold rolled steel sheet of minimum 1.5mm thickness.
Cabinets shall be thoroughly debarred and all sharp edges shall
be grounded smooth after fabrication. Panel shall be
confirming to degree of protection minimum as per IP-42
➢ Cabinet finish shall include sand blasting, grinding, chemical
cleaning, and surface finishing by suitable filter and two coats
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 496
TECHNICAL SPECIFICATION
20 Spare Philosophy ➢ Minimum 30% spare modules with complete wiring shall be
provided in input/output subsystem on module basis (for each
type of IO modules) or with a minimum of one module of each
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 498
TECHNICAL SPECIFICATION
21 Systems Engg & ➢ Following shall be applicable for the manufacturing and
Testing engineering of TUV/EXIDA certified PLC
• The system shall be manufactured by agency which is
certified by TUV/EXIDA for carrying out such an activity.
• The engineers involved in the detailed engineering,
programming, testing and commissioning of safety PLC shall
be certified by TUV/EXIDA as Functional safety Engineers
as per IEC 61511 Safety lifecycle.
• Vendor shall desist from offering engineering from an
agency not meeting the above requirements or where claim
is not substantiated by TUV/EXIDA certificate.
22 System earthing ➢ Dedicated pits shall be used for body earthing of system
cabinets/consoles and instrument earthing for signal, barrier
etc. and shall be as per recommendation and practice of the
system supplier
23 Software ➢ The system software shall include all programs for the PLC and
SOE which are required to perform all the Safety PLC functions
including communication and self-diagnostics. Any software
supplied shall be licensed, of latest version, with long term
support from software vendor. It shall be responsibility of
Vendor to ensure software protocol compatibility to third party
systems and transfer of data between the same. The system
shall conform to OPC standards.
➢ Entire system and components shall be proven and integrated
to automate terminal using a standardized set of software
components that are extensively tested in the field.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 499
TECHNICAL SPECIFICATION
26 Proven track record ➢ The PLC vendor shall have presence in India for a period of
minimum 5 years as PLC supplier with expert manpower for
support and shall have supplied minimum of two TUV/EXIDA
certified SIL 3 PLC systems of similar or higher Configuration
and size to Refinery / Petrochemical plants / POL in India for a
continuous critical and hazardous application and the PLC
system must be operating satisfactorily.
3.0 Security
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 501
TECHNICAL SPECIFICATION
3.1 User level security as per type of profile. Password confirmation shall be asked for key
operations in the system. Cyber Security – EDSA- Level 2 protection against cyber threats to
all communication networks.
3.2 The system application software integrated with TAS (i.e. control and management database,
graphics, reports, etc.) shall be forward migrating within evolving technologies with no re-
configuration required.
3.3 The system architecture shall provide a logical planned implementation of evolving
technologies and provision for up-gradation of existing equipment.
3.4 The system shall have minimum 10 years of product life & product maintenance service
support. After completion of product life, system shall be upgradeable on product level & no
need for replacement for other system components.
3.5 The capacity of offered software should be with 100 % spares with respect to nos. of data
base points/ tags after calculating requirements of the total system. The offered software
should have in-built capability / provision to take care for future expansion to the extent of
five additional tanks System should be flexible from the point of view of up gradation.
3.6 For future provision, the system design shall permit the online addition of new sub-systems
with no disruption to either the operation or system communications.
3.7 All the application software shall be original and licensed on site basis to take care offered
system as well future expansion of the same capacity.
3.8 Safety PLC system should have capability to protect against cyber attacks and relevant
Achilles certification for cyber security should be provided.
5.3 The vendor shall notify IOCL at least four (4) weeks in advance of the anticipated date by
which the system(s) shall be ready for FAT.
5.4 The proposed FAT test procedures shall be submitted by vendor for review and approval by
IOCL / Consultant, no later than six (6) weeks prior to the proposed date of the FAT.
5.5 In any event, the responsibility for ensuring adequate personnel, and the necessary test
facilities and test equipment are available and in a satisfactory condition e.g. calibrated, test
certified etc. should rest with the Safety PLC Package Automation Contractor.
5.6 Cabinet section inspection / tests are required & it shall be complete and ready for final
inspection i.e. fully installed in cabinets.
5.7 The FAT test shall be an operating test, and it shall be the Safety Package Automation
Contractor’s responsibility to ensure that tests are carried out in accordance with
specification and as per IEC 61508 & IEC 61511.
5.8 The performance of system shall be demonstrated to the satisfaction of the IOCL inspectors.
The total system function test shall be performed by all inputs and outputs including all system
electrical / instrument interfaces.
5.9 Any defects or deficiencies discovered as a result of the test shall be recorded, repaired and
tests shall resume and / or repeated until all test requirements are complied with.
7.0 Training
7.1 The Automation Contractor shall arrange for a full functional training programme for the IOCL
operational staff. This program shall include both theoretical and hands-on training. The
venue for the training programme will be decided & communicated to Automation Contractor
on later date by Client. The training program shall cater for all levels of operating staff e.g.
Operators, Supervisors, Engineers, Maintenance staff & Senior Management team. The System
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 503
TECHNICAL SPECIFICATION
hands-on training shall utilise Safety PLC Cabinet, produced for this project. Automation
Contractor shall submit the detailed programme & schedule. Training Manual shall be handed
over to each participant & this training evaluation shall be part of programme. During the
design stage, IOCL / IOCL appointed consultant will advise the details and number of IOCL
staff that will be attending.
7.2 The Automation Contractor shall prepare & submit a suitable Safety PLC maintenance &
testing philosophy & procedure in accordance with IEC 61511 and shall be documented &
recorded properly.
7.3 Automation Contractor shall submit Operation & Maintenance manuals with Spare Parts List.
It shall be submitted to Purchaser/Consultant for review during design stage of Safety PLC
package.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 504
TECHNICAL SPECIFICATION
Safety PLC I/O list (Indicative)- Actual I/O requirement to be worked out during on detailed
Design Engineering
AI (with
HART DI for Line SERIAL
Sl.No. Description Qty DI DO REMARKS
pass Monitoring RS 485
through)
1 ROSOV integration 32
From SSPLC to
a ROSOV Close Command 1 32
ROSOV
From SPLC to
b ROSOV open command 1 32
ROSOV
From SPLC to
c ROSOV ESD command 1 32 32
ROSOV
ROSOV open command From ROSOV
d 1 32
from LPBS LPBS to SPLC
ROSOV close command From ROSOV
e 1 32
from LPBS LPBS to SPLC
From ROSOV to
f Local / Remote status 1 32
SPLC
From ROSOV to
g Opened Status 1 32
SPLC
From ROSOV to
h Closed Status 1 32
SPLC
From ROSOV to
i Monitor Relay 1 32
SPLC
From SPLC to
j Partial Stroke test 1 32
ROSOV
ROSOV complete From ROSOV to
k 32
integration SPLC
Above Ground Product
2 15
Tanks Level Alarm
HSD 2
MS 4
Ethanol 2
BIO-DIESEL 2
SKO 2
ATF 3
From
Tank Level Hi Hi
a 1 15 15 Secondary RTG
(Secondary RTG)
to SPLC
Tank Level Hi Hi From Primary
b 1 15 15
(Primary RTG) RTG to SPLC
Tank Level Hi Hi Hi From AOPS to
c 1 15
(AOPS) SPLC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 505
TECHNICAL SPECIFICATION
AI (with
HART DI for Line SERIAL
Sl.No. Description Qty DI DO REMARKS
pass Monitoring RS 485
through)
3 UG Product Tanks 8
HSD 1
MS 1
SKO 1
Ethanol 1
Bio Diesel 1
RON Booster 2
ATF 1
Tank Level Hi Hi (UG From RTG to
a 1 8
TANK RTG) SPLC
Tank Level Hi Hi Hi From AOPS to
b 1 8
(AOPS) SPLC
4 ESD
a ESD push Buttons
From Plant ESD
i Plant ESD input 8 8 8 8
PB to SPLC
From local ESD
ii Local ESD input 3 3 3
PB to SPLC
From local ESD
iii Blue dye dosing system 1 1 1
PB to SPLC
b Process ESD
From Safety
i ESD output to DCS 1 1 1
SPLC to DCS
From SPLC to
ESD output to open
ii 14 14 14 each Barrier
Barrier Gate
gates
ESD output to Access From SPLC to
Control System Turnstile/Flap
iii (Single/Double door - 30 30 Barrier,
14, Turnstile/Flap Magnetic door
barrier nos - 8+2+6) latch
From SPLC to
iv ESD output to VRU 1 1
VRU
From SPLC to
v ESD output to ETP 1 1
OWS SPLC
From SPLC to
vi ESD output BCU 16 16
BCU
ESD output to From SPLC to
vii 43 43
DBBV/Biodiesel MOV all
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 506
TECHNICAL SPECIFICATION
AI (with
HART DI for Line SERIAL
Sl.No. Description Qty DI DO REMARKS
pass Monitoring RS 485
through)
(DBBV-39, Biodiesel DBBV/Biodiesel
MOV- 4) MOV
From SPLC to
ESD output to Water
Viii 15 15 Water Draw off
Draw off MOV
MOV
ESD output to Header From SPLC to
ix 5 5 5
Valve header valve
From SPLC to
ESD output to Pump
x 10 10 Pump House
House incoming valve
incoming valve
c Power ESD
ESD power cut off to From SPLC to
i 1 1 1
PMCC panel PMCC Panel
ESD power cut off to From SPLC to
ii 2 2 2
DG panel DG Panel
ESD Power cut off to From SPLC to
iii 2 2 2
UPS PDB Panel. UPS PDB Panel
ESD status from PMCC From PMCC
iv 1 1 1
panel Panel to SPLC
d PIPELINE ESD
From PLC to
i ESD to Pipeline PLC 1 1
Pipeline PLC
From Pipeline
ii ESD from Pipeline PLC 1 1
PLC to PLC
Hydro carbon Vapour
5
Detection System
From Hydro
carbon
a Point Type detector 31 31
detectors to
SPLC
From Hydro
carbon
b Open Path Type 11 11
detectors to
SPLC
From SPLC to
c Hooter cum Beacon 9 9 18 9 Hooter and
Beacon
6 Fire Engine 7
From Fire
a Running/Stop 1 7 7 Engine Panel
to SPLC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 507
TECHNICAL SPECIFICATION
AI (with
HART DI for Line SERIAL
Sl.No. Description Qty DI DO REMARKS
pass Monitoring RS 485
through)
From Fire
Low Lube Oil pressure
b 1 7 Engine Panel
Alarm
to SPLC
From Fire
High Coolant water
c 1 7 Engine Panel
temperature alarm
to SPLC
From Fire
d Engine Over Speed 1 7 Engine Panel
to SPLC
From Fire
Battery Low / Charger
e 1 7 Engine Panel
failure Alarm -1
to SPLC
From Fire
Battery Low / Charger
f 1 7 Engine Panel
failure Alarm -2
to SPLC
From Fire
Fire Engine
g 1 7 Engine Panel
Auto/Manual Mode
to SPLC
From Fire
Fire Engine
h 1 7 Engine Panel
Local/Remote Mode
to SPLC
From Fire
i Engine Fail to Start 1 7 Engine Panel
to SPLC
From Fire
j Engine Running Hour 1 7 Engine Panel
to SPLC
From LT of Day
k Fuel Level transmiiter 1 7
tank to SPLC
From SPLC to
l Start command 1 7 7 Fire Engine
Panel
From SPLC to
m Stop command 1 7 Fire Engine
Panel
7 Foam Pump 4
From SPLC to
a Start Command 1 4 4
MCC
From SPLC to
b Stop Command 1 4
MCC
From MCC to
c Local / Remote 1 4
SPLC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 508
TECHNICAL SPECIFICATION
AI (with
HART DI for Line SERIAL
Sl.No. Description Qty DI DO REMARKS
pass Monitoring RS 485
through)
From MCC to
d Running/Stop Feedback 1 4 4
SPLC
From MCC to
e Pump Tripped / Fault 1 4
SPLC
8 Jockey Pump 2
From SPLC to
a Start Command 1 2 2
MCC
From SPLC to
b Stop Command 1 2
MCC
From MCC to
c Auto/Manual Mode 1 2
SPLC
From MCC to
d Local / Remote 1 2
SPLC
From MCC to
e Running/Stop Feedback 1 2 2
SPLC
From MCC to
f Pump Tripped 1 2
SPLC
9 SOVs 13 Nos. of SOVs
HVLR 6
Fire Engine 7
From SPLC to
a Open/Close command 1 13 13
Solenoid valve
10 Pressure Transmitter 65 No. of PT
Hydrant lines/Foam
50
line
Fire Hydrant lines (Fire
Hydrant Header-2+Fire
6
Hydrant line-2+Foam
Pump-2)
Fire Engine Discharge
7
end
Jockey Pump Discharge
2
end
From PT to
a Pressure Input 1 65
SPLC
11 Level Transmitter 10
Foam Mother tank 2
Foam Daughter tank 8
From LT to
a Level Transmitter 1 10
SPLC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 509
TECHNICAL SPECIFICATION
AI (with
HART DI for Line SERIAL
Sl.No. Description Qty DI DO REMARKS
pass Monitoring RS 485
through)
12 PA Paging System 1
Potential Free Contact
From SPLC to
For Fire alarm
a 36 36 PA Paging
activation (zone wise)
panel
& ESD
TLF ON-OFF
13 25
Valve/Actuator
From SPLC to
On-OFF Valve SOV ON-OFF
a 1 75 50 25
Command Valve’s
Solenoid
14 HVLR 8 No. Of HVLR
From HVLR to
a HVLR On- OFF Status 1 8
SPLC
MOV Open/ Close From HVLR to
b 1 8
Status SPLC
From HVLR to
c Fault 1 8
SPLC
15 Wailing Siren
From SPLC to
a Wailing Siren 1 8 8 8
Wailing Siren
16 Panel door 20
Panel door open status From limit
a (Safety SPLC panel-20 20 switch to
nos.) Safety SPLC
Nos. of Level
17 Level Switch 2
Switch
i Fire water Sump 2
From LS to
a Level Switch Low Input 1 2
SPLC
From LS to
b Level Switch High Input 1 2
SPLC
ROSOVs/Emergency
18 MOV Power 10
distribution board
i ON/OFF Status 1 10
19 DPT 7 Nos. of DPT
Across Strainers in Fire
i 7
Engine Pump house
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 510
TECHNICAL SPECIFICATION
AI (with
HART DI for Line SERIAL
Sl.No. Description Qty DI DO REMARKS
pass Monitoring RS 485
through)
From DPT to
a DPT Input 1 7
SPLC
BLADDER TANKS-
20 9 Nos. of DPT
CLASS-A & B DYKE
In Line Balanced
From Bladder
i Pressure Proportioning 2 18
tank to SPLC
Systems ON status
In Line Balanced
From Bladder
i Pressure Proportioning 2 18
tank to SPLC
Systems OFF status
BLADDER TANKS-
21 2 Nos. of DPT
ETHANOL DYKE
In Line Balanced
From Bladder
i Pressure Proportioning 1 2
tank to SPLC
Systems ON status
In Line Balanced
From Bladder
i Pressure Proportioning 1 2
tank to SPLC
Systems OFF status
22 Serial Interface
From MCS of
MOV Master Station for
a 2 2 Hydrant line
firefighting MOVs
MOV to SPLC
b FAS panel 1 1 FAS to SPLC
SPLC to PA
c PA PAGING System 1 1
Paging
Fire Engines to
d Fire Engines 7 7
SPLC
From HVLR
e HVLR 8 2
panel to SPLC
From SPLC to
f Pipeline PLC 1 1 pipeline
division PLC
TOTAL 509 433 218 152 14
Spares 30% 153 130 66 46 5
Grand total 662 563 284 198 19 1726
Note:
1. The offered PLC must have minimum above mentioned IOs and Serial Interface module or as per
actual site requirement whichever is higher for individual types of IOs (DI, DO, AI) and Serial
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 511
TECHNICAL SPECIFICATION
Modules. Any additional IOs / modules required as per scope of work and tender requirement,
the same to be provided at no additional cost to IOCL.
2. Even though in typical IO list, for IO calculation 30% spare IO taken for calculation purpose
however vendor has to provide 30% spare module as mention in specification.
3. The offered PLC must have additional space to mounted atleast 20% additional IO modules in
future.
4. Incase any of the offered instruments which are to be integrated with safety PLC are based on
some other protocols like FF etc, required module for the same to be provided in PLC at no
additional cost to IOCL over and above mentioned IO list.
5. Suitable resistor to be provided at instrument cable termination end for Line monitoring as per
OEM’s recommendation.
6. All barriers and relays used for line monitoring purpose as indicated above must have line
monitoring output for connecting to DI of Safety PLC.
7. The above mentioned IOs do not includes System related IOs, internal panel diagnostic IOs (like
fan failure, MCB fault etc) and the same to be taken into account by the vendor.
8. All the respective field instruments which are to be connected to Safety PLC shall be via SIL3
barriers / SIL3 Relay as applicable except for Serial Communication link.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 512
TECHNICAL SPECIFICATION
2. Processor Two Intel Xeon processor minimum 2.4 GHZ,14 core per processor
4. L3 cache 15 Mb or above
6. RAID & Hard Disk Drive RAID 1 configuration, with 8 Nos. of 300GB SAS Hard disk 15K RPM
Backup Storage Internal RDX drive for backup should be supplied with 1TB Data
16.
cartridge for backup
17. Built In I/O Ports 1 serial; keyboard (Rack type); mouse; 6 USB Port Minimum
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 513
TECHNICAL SPECIFICATION
RACK TYPE LED/LCD MONITOR, KEYBOARD, DRAWER WITH OPTICAL MOUSE AND KVM
23.
SWITCH (Single monitor for Redundant Server)
11 Keyboard Minimum 104 Key Standard Keyboard with 19” rack type drawer
Note: The TAS-MS system solution shall have Zero Downtime to repair, Full data redundancy shall
be provided using proven technology, it shall also provide port level redundancy. The system
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 514
TECHNICAL SPECIFICATION
solution shall be capable of self fault detection and isolation, all necessary hardware/software to
achieve the same shall be included.
Minimum requirement for High Availability software (HA) for clustering application installed on
TAS-MS
SR.NO. MINIMUM REQUIREMENT FOR HA SOFTWARE
The cluster solution must be able to provide failover to the other system for any
1 failure arising in one of the system due to: i. Hardware ii. Operating System iii.
Application hang-up and Failure iv. Any other failure which causes the server to fail.
The cluster software should support independent, redundant heartbeat for each
2
cluster, but it shall not be a constraint
3 Should be an integrated software with replication and automated failover capabilities
4 Should support seamless failover without manual intervention
5 Once the failed system comes back, the disks should re-synchronize automatically
6 Option for manual fallback to primary server should also be available
7 Should support multiple cluster configuration i.e. shared disk, Data mirroring
Should support mirroring of shared disk data from primary site to another shared disk
8
or local disk of DR site
Should support exchange of heartbeat through multiple modes (like COM, Shared
9
Disk, etc.) other than LAN
10 Should support multiple data mirroring paths
Should support the multiple failover scenarios i.e. Active – Standby, Active – Active,
11
M + 1 Standby and M + N Standby
12 Should support all Intel Architecture based servers and storages
13 Should support applications failover on Windows and Linux platform
Should be able to cluster various custom applications (.exe), databases, webservers,
14 groupware, security, system management, application servers
There should be a single integrated web based GUI for configuring the cluster for
20 both local HA and remote DR for any kind of application
21 Should be able to manage all the clusters through one single web based GUI
22 Should support password based access to GUI
Should be able to detect failure and automatically decide appropriate server to
23 failover based on system resource usage
TAS MANAGEMENT SERVER- DUAL MODE REDUNDANT GRADE WITH BUILT IN REDUNDANCY WITH
SOFTWARE. (FAULT TOLERANT SERVER)
Support Less than 4 business hours 8/5, Hardware Support Response directly
15 from Manufacturer
Services
Advance Part exchange
24/7 Proactive System Monitoring support Services directly from
Manufacturer
Full data redundancy to be provided using proven technology (For both
Disk Data and memory data)
The Server should have hardened drivers for OS and protect the system
from transient errors
The solution offered should have Zero fail over time
Mandatory The Server should have the capability to Remote Network Service and
16 Server should be quoted with necessary Network modem
Solution The server should offer minimum 99.999% calculated on an annual
basis or higher uptime guaranteed upto the Operating System layer.
Should be able to install Microsoft Windows, Red Hat Linux, VMware on
the same machine quoted / supplied
Server should mandatorily be able to connect to all leading external
Storage seamlessly like IBM, HP, EMC, Netapp, Hitachi (OEM
Undertaking is necessary)
Scope includes supply & installation
Give compliance statement for the above specifications
Bidder should attach the OEM technical literature of the proposed
model
The bid should explain in detail how the OEM's proposed system
17 General achieves 99.999% uptime and how it prevents down time of the Server
in-spite of a component failure
The bid should explain in detail how the features mentioned above are
made available in the proposed system
Bidder should furnish all necessary part codes including Service
components from OEM's (Part Codes should be from OEM)
RACK type LED/LCD MONITOR, KEYBOARD, DRAWER WITH OPTICAL MOUSE AND KVM
18
SWITCH (Single monitor for Redundant Server)
A Monitor specification: Suitable for 24x7 operation
11 Keyboard Minimum 104 Key Standard Keyboard with 19” rack type drawer
RACK TYPE LED/LCD MONITOR, KEYBOARD, DRAWER WITH OPTICAL MOUSE AND KVM
24.
SWITCH (Single monitor for Redundant Server)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 520
TECHNICAL SPECIFICATION
The level of RAID 1 shall be clearly demonstrated by the system. In case of defective hard disk, it
shall be possible to replace the same online without shutting down the system. Hot spare or cold
spare drive shall not be acceptable. The system shall show auto build of data on the new drive.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 521
TECHNICAL SPECIFICATION
OPERATOR INTERFACE CONSOLE (OIC)/ TFMS PC/ WEB SERVER/ACS SERVER & PC/EWS/
TTES/ALARM DISPLAY PC/FIRE FIGHTING PC
1. Processor Intel Xeon 2.6GHz, 3.0GHz Turbo, 4C, 9.6GT/s, 8.25MB Cache
2. RAM 16 GB DDR4
8. Built In I/O Ports Min 1 serial port; 4 nos. USB Port, 2 nos. DP 1.4,1 VGA port
14. Recovery Media Recovery Media CD, diagnostic & Driver - Resource DVD
Note: 1. Regarding operating system, in case OEM’s offered software has not been proven tested on
latest Windows Operating system, then vendor to provide latest operating system which has been
tested for smooth running with the offered software. However vendor needs to upgrade the
operating system immediately once the proven TAS software has been developed on latest operating
System / higher version of the operating system at no additional cost to IOCL during entire
execution, warranty and CAMC period.
2. TTES Work station shall have provision to connect to 2 nos. of UHD LED monitors . Required
hardware & software is to be provided for the same. This is to be provided meeting the tender
requirement of connecting alarm annunciation display on video wall through TTES PC at no
additional cost to IOCL
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 523
TECHNICAL SPECIFICATION
VIDEO WALL
2. Layout Software
i. The software shall be able pre configure various display layouts and access them at any time
with a simple mouse click or based on the timer.
ii. The software shall enable the users to see the desktop of the graphics display wall remotely
on the any Windows PC connected with the Display Controller over the Ethernet and change
the size and position of the various windows being shown.
iii. The software shall enable various operators to access the display wall from the local keyboard
and mouse of their workstation
iv. The software shall copy the screen content of the workstation/PC connected to the Ethernet,
on the large screen display wall in scalable and moveable windows in real time environment.
v. The software can be operated wirelessly over iPad/Tab for launch pre-defined of layouts
vi. All features, functionality, installation and commissioning should be certified by the OEM.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 527
TECHNICAL SPECIFICATION
Video Wall
S. No. Parameters Description
Native Resolution per
1. 1920x1080
Panel
2. Aspect Ratio 16:9
Mechanical Gap Less Than 0.3 mm & Active to active <
3. Screen Gap
1.3mm
4. Backlight Direct LED
5. Brightness should be 700cd/m2
6. Contrast ratio 4000:1
7. Bezel 0.8 mm
The screen shall have a H 178°/V 178° viewing angle or
8. Viewing angle greater with a screen “haze” value of 44% or greater for
wide viewing angles for operators.
Continuous Automatic
9. colour and brightness Yes
calibration
10. Connectivity 2 DP , 2 HDMI , 2 USB , 2 LAN( 10/100/1000 Mbps)
11. HDCP Yes
12. Ethernet ports 2
7 Technology IPS
13 Response Time 8 ms
15 1. Power Connector |
2. HDMI (x3) |
3. USB Type-B |
4. USB 3.0 |
Ports and Slots: 5. DisplayPort |
6. Charging Port |
7. VGA |
8. RS232 Input |
9. Audio Input |
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 531
TECHNICAL SPECIFICATION
Note:
1.0 LED monitor for Bay Queue display at Driver’s rest room and LED display monitor for
displaying TT number whose invoice has been generated but are inside license area near
invoice room shall be provided with lockable enclosure of below mentioned specification:
S. NO. Item Description
2.0 LED screen near invoice room are also to be provided with canopy and transparent fiber
sheet to prevent water ingress due to rain.
3.0 Required hardware, software, dual display card along with converters etc for displaying
the required output on the screen from existing/ vendor’s supplied TTES/ OIC are to be
provided at no additional cost.
4.0 LED screen for alarm Display shall be provided with hooter and ACK push button Station at
Control Room. The screen shall display all the critical active alarms prominently as per
FDR.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 532
TECHNICAL SPECIFICATION
5.0 Hooter shall blow for all critical alarms. The hooter can be silenced by acknowledge
switch/PB. Hooter in general, shall be solid state type with audibility of the order of 100
dB at the distance of 3 meters. An interruption of power supply up to 20 m sec shall not
affect the functioning of the unit.
6.0 The alarm text message should automatically disappear from the screen once the alarm
conditions has been normalized and the same has been acknowledged and reset in the
system and ID of the person acknowledging the alarm should get logged.
7.0 LED screen for firefighting system shall display the active status with required GUI of entire
fire fighting system as detailed in relevant section of the tender document (Fire Fighting
System GUI & Interlocks).
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 533
TECHNICAL SPECIFICATION
Sl.
Parameter Minimum Specifications
No.
HTTPS,SSL support
8 IPV6 Supported
Sl.
Parameter Minimum Specifications
No.
Web GUI
11 Management NTP,SNTP
IPV4,IPV6
SMTP
13 Protocols
Port Mirror for diagnostics
LLDP
DHCP support
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 535
TECHNICAL SPECIFICATION
Sl.
Parameter Minimum Specifications
No.
IGMP
SNMP Management
LAYER 2 MANAGED SWITCH (For TAS LAN in control room and other buildings)
6 RJ45 ports
7 Uplink ports 2 nos. 1000 Mbps Fiber and Ethernet uplinks (dual
purpose port). Fibre SFP to be provided along with
module.
13 Networking features
12. Surge & spike Should support EN 61000-4-5 std for surge.
protection
Note: Power adaptors wherever used for Layer 2 Switches for TAS LAN shall be of Industrial
Grade.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 540
TECHNICAL SPECIFICATION
4. MAC address 8K
6. RJ45 ports
b. Speed & direction Configurable or 10/100/1000 auto detecting for speed and
duplex. (full or half)
8. Networking features
12. Surge & spike protection Should support EN 61000-4-5 std for surge.
Note: Power adaptors wherever used for Layer 2 Switches for BCU comm. shall be of Industrial
Grade.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 543
TECHNICAL SPECIFICATION
4 MAC address Table Should support MAC address table with upto 16K size
size
6 RJ45 ports
7 Uplink ports 2 nos. 1000 Mbps Fiber and Ethernet uplinks (dual
purpose port). Fibre SFP to be provided along with
module.
13 Networking features
Note:
TERMINAL SERVER
SR.
PARAMETER MINIMUM REQUIREMENTS
NO
6. Connector 8 pin RJ45 (Ethernet Port) and DB9 Male (Serial port)
SR.
PARAMETER MINIMUM REQUIREMENTS
NO
1.0 General
1.1 NMS should have following modules to manage and monitor IT infrastructure: -
a. Centralized and Unified Dashboard
b. Network Performance Management
c. System and Application Performance Monitoring
d. Network Fault Management
e. Centralize log Management
f. Network Traffic Analysis
g. Centralized and Customizable Service Level Reporting
h. Other requirement
1.2 Monitoring of more than 500 nodes including Network Devices, Server, and Applications
deployed across Terminal Automation system and there part off. The Bidder shall identify and
document the network devices to be monitored and verify necessary community strings and
also identify grouping strategy of the devices. Vendor will submit the architecture and device
to be monitored for information during detailed engineering.
1.3 The Monitoring Solution should provide Unified Architectural design offering seamless common
functions including but not limited to:
1.10 All the required modules should be from same OEM and should be tightly integrated for single
pane of glass view of enterprise monitoring.
1.11 The solution must provide single integrated dashboard to provide line of business views and
drill down capabilities to navigate technical operator’s right from services to last
infrastructure components.
1.12 Consolidated dashboard of the proposed NMS solution must be able to do dynamic service
modelling of all business critical production services & use near-real time Service Model for
efficient cross domain event correlation.
1.13 The proposed solution must provide SDK/Rest API for North bound and South Bound
Integrations e.g. forwarding specific metric data to third party database, Notifications to third
party systems such as Jira, AutoDesk, Slack.
1.14 Configuration of thresholds for Generating alarms. Configuration of alarm actions (visual,
audible, email, sms etc.) for each Network element.
1.15 Should be able to provide secured windows based consoles / secured web based consoles for
accessibility. It should have web browser interface with user name and Password
Authentication. Administrator/ Manager should have privilege to create/modify/delete user.
1.16 It should have support for SNMPv3 & IPv6, including dual-stack IPv4 & IPv6 to provide flexibility
in protocol strategy and implementation.
3.2 The design functionality shall facilitate creation of templates used for monitoring key network
resources, devices, and attributes. Default templates and best practice designs are provided
for quick out-of-the- box implementation automating the work required to use OEM validated
designs and best practices.
3.3 The proposed solution must provide comprehensive and integrated management of IT
infrastructure components to maximize the availability of IT services and SLA (Service Level
Agreement) performance.
3.4 The proposed solution must provide the complete view of the Topology and network elements.
The NMS shall have the ability to include the network elements and the links in the
visual/graphical map of the department. The visual maps shall display the elements in
different colour depending upon the status of the element.
3.5 The proposed solution must have suitable system level backup mechanism for taking backup
of NMS data manually as well as automatically.
3.6 The proposed solution must keep historical data at raw level without averaging for minimum
of four month and same shall be configurable.
3.7 The proposed solution must provide Health Monitoring reports of the network with settable
periodicity -@ Time range, 24 Hrs, 1 week, 1 month.
3.8 The proposed solution must provide calendar view which allows the operator all the schedule
activities such as Reports, Inventory scans etc. It shall also allow defining scheduled report
for uptime, linking status etc.
3.9 The proposed solution should have multiple alerting features to get the notification via email,
sms and third party systems.
3.10 The proposed solution must support listening to traps and syslog events from the network
devices with retention period upto 4 months and same shall be configurable.
3.11 The solution must support custom device template to support Generic SNMP devices.
3.12 The solution must provide discovery & inventory of heterogeneous physical network devices
like Layer-2 & Layer-3 switches, Routers and other all IP devices and do mapping of LAN
connectivity with granular visibility up to individual ports level.
3.13 It shall provide Real time network monitoring and Measurement offend-to-end Network
performance & availability to define service levels and further improve upon them.
3.14 The proposed solution should provide module/functionality to manage/backup/compare
configuration of network devices.
4.3 The solution should provide a centralized point of control with out-of-the-box policy-based
management intelligence for easy deployment for the servers, operating systems, applications
and services for correlating and managing all the IT infrastructure components of a business
service.
4.4 The solution shall be able to monitor Hypervisor host hardware status e.g. fans, disk, memory,
CPU etc.
4.5 The solution must support SNMP v1-3, PowerShell, SSH, JDBC, HTTP, JMX, collectd agents,
Rest API based monitoring interface for monitoring various type of devices, systems and
applications.
4.6 It should also be able to monitor various operating system parameters depending on the
operating system being monitored.
4.7 The Proposed Performance Management must provide charts for all kinds of essential Health
Reports.
4.8 The Systems and Distributed Monitoring (Operating Systems) should be able to monitor:
a) Processors: Each processor in the system should be monitored for CPU utilization.
Current utilization should be compared against user-specified warning and critical
thresholds.
b) File Systems: Each file system should be monitored for the amount of file system space
used, which is compared to user-defined warning and critical thresholds.
c) Log Files: Logs should be monitored to detect faults in the operating system, the
communication subsystem, and in the applications. The function should also analyze
the files residing on the host for specified string patterns.
d) System Processes: The System Management function should provide real-time
collection of data from all system processes. This should identify whether or not an
important process has stopped unexpectedly.
e) Memory: The System Management function should monitor memory utilization and
available swap space.
f) Event Log: User-defined events in the security, system, and application event logs must
be monitored.
4.9 Support for monitoring & reporting on Service Response monitoring test for common
application like http, https, DNS, DHCP within Data center.
4.10 The solution should support Virtual platforms - VMware and Microsoft Hyper-V, Citrix Xen,
AWS, Azure and provide capability to monitor both Microsoft .NET and J2EE applications from
the same platform.
4.11 The solution should provide support for maintenance window and scheduled downtimes.
a. Event filtering
b. Event suppression
c. Event aggregation
d. Event annotation
5.3 The proposed solution must support creating and monitoring of rising or falling thresholds with
respect to basic key performance indicators for network, system and application
infrastructures.
5.4 The solution should have predictive analytics and intelligence in-built into it so as to detect
any anomaly before it could potentially hit the threshold thereby giving enough lead time to
users to resolve the issues before the threshold is breached.
5.5 Powerful correlation capabilities to reduce number of actionable events. Topology based and
event stream based correlation should be made available.
5.6 The solution must offer relevant remedy tools, graphs in context of a selected fault
alarm/event.
5.7 The proposed monitoring solution should have capability to configure actions based rules for
set of pre-defined alarms/alerts enabling automation of set tasks.
5.8 The Platform must support Event or Alarm Correlation integrations with service desk to trigger
automated creation of incidents, problems management.
5.9 The solution should classify events based on business impact and also allow defining custom
severity levels and priority metrics such as Ok, Critical, Major, Down, Info etc with color
codes.
5.10 The solution should allow creation of correlation or analytics rules for administrators.
5.11 The proposed solution must provide default event dashboard to identify, accept and assign
generated alarms.
6.7 The Log receiver or log collection component must store the data locally if communication
with centralized collector/receiver is unavailable.
6.8 The proposed solution must support log collection from Network infrastructure (i.e. switches,
routers, etc.).
6.9 The system shall support the following log formats for log collection :
a. Windows Event Log
b. Syslog
c. Access Log Data
d. Application Log data
e. Any Custom Log data
f. Text Log (flat file)
g. JSON Data
6.10 The solution should be able to collect raw logs in real-time to a Central log database from any
IP device including:
a. Networking devices (router/ switches/ voice gateways)
b. Security devices (IDS/IPS, AV, Patch Mgmt., Firewall/DB Security solutions)
c. Operating systems(Windows 2003/2008/2012 or latest OS, Unix, linux, AIX)
d. Virtualization Platforms(Microsoft HyperV, VMware Vcenter/VSphere 4.X, vDirector,
Citrix)
e. Databases(Oracle/SQL/MYSQL/DB2)
6.11 The collection devices should support collection of logs through Syslog, syslogNG and also
provide native Windows Agents as well as Agentless (PowerShell) connectors
6.12 The collection devices should support collection of logs through Syslog, syslogNG and also
provide native Windows Agents as well as Agentless (PowerShell) connectors
6.13 The proposed solution must provide alerting based upon established policy
6.14 The proposed solution must provide SDK and Rest API to write custom connectors and
collectors to pull log and monitoring data from third party system
6.15 The proposed solution must provide UI based wizard and capabilities to minimize false
positives and deliver accurate results.
6.16 The proposed solution must collect, index the log messages and support full-text searching
for forensic investigation
6.17 The proposed solution must support the ability to take action upon receiving an alert. For
example, the solution should support the ability to initiate a script or send an email message.
6.18 The solution must provide pre-defined log correlation rules to detect suspicious behaviour.
6.19 The solution must support real-time and scheduled alerting time-line while creating a log
policy to catch specific log pattern.
6.20 The solution should support applying regex pattern in real-time to extract vendor specific log
data for reporting and alerting purpose.
6.21 The system shall have the capability to drag and drop building of custom search queries &
reports.
7.1 The proposed traffic monitoring system must be able to track all network flow (including
netflow v1-v9, Jflow, Sflow and IPFix) of traffic on the network and identify malicious
behavior with all IP conversations.
7.2 The proposed system must provide details of applications, hosts, and conversations consuming
WAN bandwidth to isolate and resolve problems.
7.3 The proposed system must provide eight-hour, daily, weekly, monthly, yearly, or customizable
reporting time periods.
7.4 The proposed solution must be able to monitor and report on a variety of unique protocols
(used in the overall deployed solutions) per day and display utilization data for each protocol
individually. This capability must be available for each monitored interface uniquely.
7.5 The proposed solution must keep historical rate and ip to ip, ip to protocol, protocol to
protocol conversation data for a minimum of 12 months (most recent, configurable) in its
current long term operating database. All data in that database must have a maximum 15
minute window granularity.
7.6 The proposed solution must keep historical rate and protocol data for a minimum of 60 days
(most recent) in its short term operating database. All data in that database must have a
maximum 1 minute window granularity with option change retention period.
7.7 The system must support the ability to create reports that allow the user to search all IP traffic
over a specified historical period, for a variety of conditions.
a. Search for any traffic using a specific configurable destination port, or port range.
b. Search for any protocol in use by a specific host, interface or list of hosts or
interfaces.
8.8 The solution must provide SLA measurement to track service quality from both Availability
and Performance perspective.
GSM MODEM
LASER PRINTER
8. Standard memory 64 MB
17. Media Type Bond paper, cards, envelopes, labels, plain paper,
recycled paper, transparencies.
16. Media Type Bond paper, cards, envelopes, labels, plain paper,
recycled paper, transparencies.
• 14 dBA (Idle)
• 56 dBA (Print)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 563
TECHNICAL SPECIFICATION
4. Character size 1.2 mm (W) x 3.1 mm (H) / 1.6 mm (W) x 3.1 mm (H)
13. Sensors Roll paper cover open sensor, paper end sensor, Paper
near end sensor
Note: Impact receipt printer to be supplied with 20 rolls of paper on one time basis by vendor.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 564
TECHNICAL SPECIFICATION
4. Print Speed up to 24 seconds per card / 150 cards per hour (YMC with
transfer)
up to 29 seconds per card / 124 cards per hour (YMCK
with transfer)
up to 40 seconds per card / 90 cards per hour (YMCKK
with transfer)
up to 35 seconds per card / 102 cards per hour
up to 48 seconds per card / 75 cards per hour
6. Accepted Card Thickness .030˝ (30 mil) to .050˝ (50 mils) / .762 mm to 1.27 mm
9. Software Drivers Windows 8/ 7/ Vista (32bit & 64 bit) / Server 2008 &
2003/ XP; Mac OS X v10.6 / v10.5 & Linux
SPD to be provided in CCTV system as per guidelines. The following standards & publications as
referred in the various parts of this specification shall apply:
Installation of SPD is very important aspect and due care to be taken in installation. Recommended
maximum cable length of Surge Protective Devices in the cable branch should be as per IEC 60364-5-
53 as depicted in diagram below:
To achieve the high system availability of SPD system provided by vendor, CCTV vendor has to carry
out regular inspection and maintenance of Surge Protection system intact in accordance with IEC
62305-3 table-1. Every year visual check is to be done and Comprehensive testing is to be done once
in two years. Electrical testing is to be carried out on SPD during comprehensive testing and stimulate
a real surge voltage to have an idea of functional efficiency of SPD. If efficiency is <=50% SPD needs
to be replaced by vendor at no cost to IOCL. Test voltage is selected such that the SPD works, that
is, becomes conductive. The measurement results are then compared to reference values. The test
record with test results shall be maintained.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 567
TECHNICAL SPECIFICATION
Minimum technical specification for SPD system is as under:-Type 1+2 SPD for UPS/PMCC
The SPD should be installed close to the input of the UPS system.
Sr.
Description Minimum Specification
No.
Sr.
Description Minimum Specification
NO.
Rated power frequency
1 250 V
withstand voltage
2 Mounting Between Two separate earth Pits.
3 Outlets / Connectors Electrical Outlets
Type 1 SPD; Metal encapsulated, spark gap
4 Type Designation
based technology
Nominal Discharge Current
5 100 kA
(IN) (8/20) µs
Impulse current (Iimp)
6 100 kA
(10/350) μs
Voltage Protection Rating Voltage protection level of device shall be ≤
8
(VPR) 1.5 KV
9 Operating Temperature As per site Data
10 Applicable Standards IEC 62561-3 2012; EN 62561-3 2012.
11 Features Suitable for class H lightning current
KEMA or VDE (independent lab) as per IEC
12 Certification
61643-11-2011 or latest.
13 Ingress Protection IP67
14 Application Earth Pit
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 570
TECHNICAL SPECIFICATION
Sr.
Description Minimum Specification
NO.
B2
C1
1 IEC test Classification C2
C3
D1
Schematic drawing for positioning of different types of Lightening and Surge protection devices:
4 Ethernet SPD
(POE Camera)
5 Threaded Type SPD for 2 wire system
(TT, PT,DPT,LT, MFM)
6 Threaded Type SPD for serial interface
(Electrical Actuator)
7 Serial Interface (RS 485/ RS 232)
(MCS)
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 575
TECHNICAL SPECIFICATION
TRANSFORMER
1.5 MVA, 415 V, 3 Ɵ, 4 w
Pumps
UPS 1 UPS 2
Camera with
TT, PT,DPT, LT, MFM internal/external SPD
Layer 2 Switch of
CCTV
10.0 Scope
1. The scope of this specification is to define technical requirements of design,
manufacture, testing, packing and dispatch of static Uninterrupted Power Supply (UPS)
System, which shall be installed in the Petroleum Storage Terminal Project of Indian Oil
Corporation Ltd. (IOCL),
Codes Description
IS 5 Colors for ready mixed paints & enamels
IS 1248 Direct acting indication analogue electrical measuring (Part 1, 2, 4
and 9) instruments and their accessories
IS 2147 Degree of protection provided by enclosures for low voltage
switchgear and control gear
IS 3700 Essential rating and characteristics of semi-conductor devices Part (1
to 11)
4. In case Indian Standards are not available, standards issued by IEC/ BS/ VDE/ IEEE / NEMA
or equivalent agency shall be applicable.
• Operating Conditions
1. Design temperature for Electrical Equipments/Devices : Refer Site Data
2. Relative Humidity : max 95 % (non –condensing)
▪ The UPS system shall be suitable to feed all loads connected to the output which
are primarily instruments, PLC, DCS, computers, disc drives and other SMPS
equipment leading to high crest factor of the load.
▪ The inverter shall be transistorized (IGBT) type or with the latest proven
technology. All components shall be a high quality and reliability that satisfy with
the requirements of a secure AC power to vital equipment with respect to
performance, controlling, monitoring and safeguarding function in continuously
operating Terminal Automation System. Components shall be capable of
withstanding the thermal and dynamic stresses resulting from internal and
external short circuits and switching surges etc.
▪ The design of UPS shall be such as to minimize the risk of short circuits and shall
ensure human and operational safety.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 578
TECHNICAL SPECIFICATION
▪ The UPS unit and its associated equipments shall be suitable for operating at the
specified rating continuously with the specified voltage and frequency variations
under the ambient conditions without exceeding the temperature more than 15
deg. C above ambient around PCBs inside the cubicle and without any
detrimental effect on any part.
▪ The UPS system shall be based on latest generation of S-pulse width modulated
(PWM) design with proven performance. IGBT based design is required.
2. Input power Supply
▪ The UPS shall be suitable for input power supply as defined in data sheet. If not
specified therein the UPS shall be suitable for the following input power supply.
▪ UPS system shall also operate satisfactorily on input power supply having
• The ratio of negative to the positive sequence components not exceeding 5% and
total harmonic disorder of not more than 5%.
▪ The incoming power supply to the UPS will be provided by 3 nos. feeders as per
SLD. Two feeders shall feed the rectifiers while one feeder shall supply power to
stabilized bypass supply.
▪ The manufacturer shall specify the current rating of the input feeder to UPS from
client switchboard based on 150% overload at minimum battery voltage and
including the UPS efficiency.
3. Configuration and operation requirements Parallel Redundant UPS scheme with bypass
(with 2x50% batteries)
▪ In UPS system having this configuration, two sets of rectifiers and inverters shall
be provided. Under normal operating conditions, When AC mains power is
available both the rectifiers shall operate in parallel and supply DC power for
float/rapid charging of the batteries and simultaneously to inverters. In case
failure of one rectifier, the other rectifier shall feed the complete load and the
battery without any interruption.
In case of incoming supply failure or failure of both the rectifiers the batteries shall feed the
inverters without any interruption. Each rectifier shall be designed for simultaneously feeding
complete inverter load and float/rapid charging of the batteries to its rated capacity. Each
rectifier shall be equipped with “On Line” automatic as well as manual charging facility.
Normally both inverters will be synchronised with each other and with bypass supply. Both
inverters shall operate in parallel and share the load equally.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 579
TECHNICAL SPECIFICATION
The load sharing controls shall not be subject to common mode failure and any failure of the
load sharing controls shall not result in the loss of vital power.
When a disturbance/fault occurs in any one of the inverter, the faulty unit should get
automatically disconnected and entire load shall be fed from the other inverter. In case both
the inverters develop fault, the complete load shall be transferred to stabilized bypass supply
through static switches and retransfer of load from the stabilized bypass supply to the
inverter shall be possible in auto as well as in manual mode.
4. UPS Design and Performance Requirements
▪ The rectifier section of the UPS shall be capable of precise regulation to prevent
damage to the battery. The output voltage of the rectifier’s DC bus without the
battery shall be stabilized to within +/- 1% of the set value during load variation
between 0 to 100% of the rectifiers and specified mains input voltage variation.
▪ The UPS system including the stabilized by-pass shall be galvanically isolated
from the input power supply system by providing double wound transformers. All
transformers shall be natural air cooled, dry type suitable for location inside the
panel. All rectifiers shall also have a double wound transformer at its input.
• The UPS needs to be protected against lightning impulse current (10/ 350 µs) and switching
surges (8/20 µs) as well. Device should have separate plug having Spark Gap & separate
plug having MOV on a common base to get protection against lightning and switching surge.
The device shall be able to handle continuous over voltage 350 V.
• The Incomers (3ɸ, 4 wires – 3 nos.) of the UPS in Main Control Room need to be installed
with spark gap based Type1 + Type 2 or T1+T2 with separate N and PE (L1, L2, L3, PE, N)
as per IEC 61643-11
• The device shall be capable to discharge lightening current of 100 KA (10/350 µs, lightning
current) (25 KA L-N and 100 KA N-E) and transient surges of 12 KA (10/350 µs, lightning
current) between N-PE and 40 KA (8/20 µs switching surges).
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 580
TECHNICAL SPECIFICATION
▪ The UPS unit shall be suitable for 0.7 lagging to unity power factor. The overall
power factor may be taken as 0.8 lagging unless indicated otherwise. The overall
efficiency of the UPS system shall not be less than 80% at rated load and 0.8 pf.
▪ The UPS shall be provided with automatic sequence and power walk circuit(s)
with time delay of up to 15 sec. such that the rectifiers and inverters can start
operating automatically when incoming AC power is restored allowing the UPS to
be loaded automatically.
▪ Facility for initial charging of batteries shall also be provided at a voltage level
recommended by the battery manufacturer. The inverter may be disconnected
during initial charging of the battery.
▪ Battery bank shall be 1.2 V NiCd SMF Battery. Battery capacity shall be decided
considering load power factor as 0.8 and as per IEEE 485, 1.25 ageing factor, 10%
design margin and temperature compensation at 5°C. Each UPS shall be provided
with dedicated Battery. Each Battery bank capacity in AH shall be adequate for
½hour backup, specified load and site conditions. The end cell voltage after
discharge shall be limited to 1.1 volt per cell
▪ On failure of the main supply, inverter unit shall continue to supply rated load
from the battery bank for ½ hour duration.
▪ The rectifiers/chargers shall be designed to completely charge the Lead acid and
Nickel cadmium batteries in a maximum time of 10 hours after complete
discharge and at the same time meeting the inverter requirements when the
inverter is delivering its rated output at 0.8 pf. Facilities shall be provided to
initiate battery rapid charge operation by manual & automatic means. An auto
charging sequence should be provided for the rapid and float charging based on
current sensing. Battery charger for NiCd battery shall be sized to provide boost
charging of the battery up to 90% of rated Ampere hours within duration of 24
hours and up to 100% within 4 days.
▪ In addition to above, the charging shall be transferred from rapid to float mode
after a preset time adjustable through 0-24 hours timer as back up protection
against overcharging. Necessary alarms to indicate battery deep discharged and
D.C. over-voltage conditions shall be provided. Selector switch shall be provided
for selecting the float charge or boost charge mode. Facility shall be provided
for boost charging of batteries either in auto or manual mode.
▪ The rectifiers shall be sized based on the maximum inverter input load when
inverter is delivering its rated output at 0.8 rated pf and recharge the battery to
nominal rated capacity of the battery. The DC load imposed by the inverters shall
be considered under the most severe operating conditions where only one
rectifier is operating but the UPS load is equally shared by all the inverters. Each
Rectifier should be 12-pulse (fully controlled)
▪ The DC rectifiers shall sense the battery charging current and adjust the DC bus
voltage to maintain the charging current to preset level. A separate current limit
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 581
TECHNICAL SPECIFICATION
circuit shall also be provided for adjustment of battery current. The rectifiers
shall be protected against reverse battery connection at DC link voltage bus.
Subsequent to a discharge cycle when battery is connected to rectifier, the
battery current shall be monitored, controlled and limited to set value
automatically irrespective of the inverter input current.
▪ The battery maybe taken out of service for maintenance, during which period it
shall be possible for the inverter to continue operation by drawing power from
the rectifier. Ripple content at the DC link shall not exceed 2% even with battery
disconnected.
▪ Bidder shall provide the battery sizing (AH) calculation along with the bid for
purchaser’s review. The C10 capacity test certificate shall be submitted to the
purchaser before dispatch to site.
▪ The UPS output voltage shall be sinusoidal with a relative harmonic content not
exceeding 5% for both linear and non linear loads.
▪ The inverter shall control the output voltage of the UPS such as to maintain
synchronism with the mains bypass voltage during variations in mains frequency
up to the limit specified. During variation in mains frequency exceeding these
limits, the inverter shall revert to internal frequency control.
▪ The inverter steady state output voltage and frequency (free running) variation
shall not exceed ±1% for specified input power supply condition and no-load to
full load condition.
▪ UPS shall be designed for overload of 125% for 10 min. and 150% for 1 min. after
which drooping characteristic shall come into operation. UPS shall be provided
with current limiting circuit to avoid excessive loading beyond its permissible
overload withstand capability.
▪ Re synchronization with bypass power supply must take place automatically with
some time delay when frequency comes back to +/- 5% ranges. Changeover from
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 582
TECHNICAL SPECIFICATION
▪ UPS system shall be suitable for both floating output and earthing of one leg in
case of single-phase system / star-point in case of three-phase system
▪ Output voltage shall be single phase 230VAC. The maximum waveform distortion
of the output voltage shall not exceed 3% RMS for linear loads and 5% RMS for
non-linear loads. The UPS unit shall be suitable for operation for non-linear loads
having crest factor of 3.
▪ The stabilized bypass supply shall be designed to regulate the output voltage
within +/- 2% of the rated voltage over complete range of load from no load to
full load and for specified input supply voltage variation. Voltage stabilizer shall
be Servo Controlled type (SCVS).
▪ The stabilized bypass supply shall have a continuous current rating equivalent to
the rated output of the UPS unit and be capable of conducting a current ten times
the rated output for the duration more than the fault clearing time of the type
of fuse provided. The load transfer devices shall comprise of continuously rated
static elements in both inverter and stabilized bypass supply.
▪ All breakers shall be adequately rated for continuous rating as well as breaking
capacity as applicable. Paralleling of breaker/switch/contractor poles to achieve
the required current rating is not acceptable. All output isolating device shall be
double pole type.
▪ All electronic power devices including thyristors, transistors (IGBTs), diodes etc
shall be rated under operating conditions for approximately200% of the maximum
current carried by the device. All other electrical components such as
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 583
TECHNICAL SPECIFICATION
▪ All the thyristors, power transitors, diodes and other electronic devices of the
UPS shall be protected with high speed semiconductor fuses, which shall also
take care of protecting these devices from excess heat.
▪ All PCBs shall be provided with a transparent epoxy coating for environmental
protection and tropicalisation. They shall be suitably away from heat sources.
▪ All electronic control and monitoring printed circuit cards shall be installed in
standardized electronic equipment frames and shall be fitted with suitable
means for easy removal. The frames shall incorporate guides for PCB’s to
facilitate correct insertion of PCB’s and shall allow access to the wiring side of
the connectors. All PCBs shall be placed in a manner to avoid replacement of a
PCB by a wrong spare PCB. Monitoring points shall be provided on each of the
PCB’s and the PCB shall be firmly clamped in position so that vibration or long
usage do not result in loose contacts. Failure of each PCB shall be indicated by
visual alarms. Visual fault diagnostics shall preferably identify faults up to various
sections in the card.
▪ Maximum noise level from the UPS system at 1 metre distance, under rated load
with all normal cooling fans shall not exceed 75dBA.
▪ Potential free contact, min 5 Nos. to be provided in addition to Ethernet port for
remote monitoring.
▪ The UPS shall be provided with fault diagnostic feeders. Each UPS systems shall
be provided with input and output isolation transformer (Refer attached SLD) of
adequate capacity having CMMR of 100db minimum with coupling capacitance of
0.01pf. All UPS systems shall be provided with a facility for online discharge of
battery bank on load, without any risk to load
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 584
TECHNICAL SPECIFICATION
• Constructional Details
1. The equipment shall preferably be supplied in enclosed, dust & vermin proof, floor
mounted, sheet steel enclosure. In case, it is necessary to provide opening for
ventilation, this should be closed by fine mesh. Minimum degree of protection for
enclosure shall be IP-31 as per IS13997.
2. Enclosures shall be fabricated with cold rolled sheet annealed steel of minimum thickness
1.6 mm.
3. The door hinges shall be as per OEM standard.
4. All external hardware shall be cadmium / Zinc plated steel. Hardware for fixing the
removable parts shall be provided with retaining devices.
5. UPS unit shall have panel for accommodating rectifier/charger, inverter and static switch
shall be housed in single cabinet, static stabilizer, isolation transformer, bypass supply,
and distribution boards shall be individually housed separately.
6. Power Distribution boards shall be of fixed type, floor mounted, single front execution in
fully compartmentalized design and divided into distinct panels each comprising of bus-
bar chambers, individual feeder modules and vertical cable alley. Bus bar shall be color
coded and live parts shall be shrouded to ensure complete safety to personnel intending
routine inspection by opening panel doors. It shall be possible to operate the switches
without opening the doors. Vertical cable alley of minimum 200mm width with suitable
supports shall be provided for the termination of outgoing cables. Suitable supports shall
be provided for supporting incoming and outgoing cables. All outgoing switches shall be
air insulated load break type. Fuses on outgoing feeders shall be fast acting
semiconductor type and cable entry shall be from bottom. The gland plate of the
distribution board shall be non-magnetic type where single core cables are used. Cable
glands shall be of brass and single compression type and cable lugs shall be of tinned
copper.
Provision shall be made in the PDB to segregate emergency load - load connected to Control
room equipments, CCTV system & Siren etc as per FDR and these equipments shall not get
powered off in case of power ESD.
All other equipments except emergency load as mentioned above shall be powered off during
power ESD. Suitable contractors to be provided segregating area wise power distribution cut
off during power ESD.
7. Biometric fingerprint cum smart card reader along with accessories (electromagnetic
door locks for front & Rear doors etc) to be provided on the Power Distribution panel for
restricting un-authorised opening of the panel. The same shall be integrated with Access
Control System/ TAS.
8. Mounting height of components requiring operation and observations shall not be lower
than 300 mm and higher than 1800 mm.
9. Power cables shall have Aluminium conductor, XLPE insulation and FRLS PVC outer sheath
and Control cables shall have copper conductor, XLPE insulation and FRLS PVC outer
sheath. Control cables shall have minimum cross section of 1.5 sqmm.
10. All control wiring shall preferably be enclosed in plastic channels or otherwise neatly
bunched together. Each wire shall be identified at both ends by PVC ferrules.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 585
TECHNICAL SPECIFICATION
11. All solid state power devices shall be protected through current limiting fuses having
micro switches for operation indication. All power and control switches shall be mounted
on the door operable externally and shall be of rotary type. Space heaters with adjustable
setting thermostat and 100W incandescent lamps with Edison screw shall be provided in
each panel. Test plugs shall be provided for electronic circuits. All control circuits shall
be protected by miniature circuit breakers.
12. A 25mm x 8 mm copper earth bus shall be provided at the bottom of the panels with
provision for earth connection at both ends to the main earth grid. Suitable earthing of
non-current carrying metallic parts of various equipment shall be done to ensure safety.
13. All metal parts shall be treated (Seven tank process) so as to ensure efficient
anticorrosive protection. Hardware shall be zinc passivated or electro galvanized. Panel
enclosure and structure supports shall be thoroughly cleaned and degreased to remove
mill scale and rust etc.
14. Bidder shall provide indicating lamps for Normal and bypass supply, ON, OFF, TRIP.
Acknowledge and reset buttons
• Electrolytic Capacitors
These may be polarized aluminum type 1, suitable for long life and category 1, as per IS-4317
or equivalent IEC. The capacitor shall preferably be self-healing type. These shall be so
located in inverter panels that the operating temperature does not exceed 65 degree C
maximum.
• Instruments
Digital Multi function meter shall be provided for voltage, current, frequency, Power etc.
These shall be flush mounting type.
Separate Digital Multi function meter shall be provided for UPS and Auxilliary power supply.
• Static Switches
Static switches shall be naturally commutated type with parallel inverse connected
thyristors. These shall be rated for continuous duty for 100% load. Short time rated static
switches are not acceptable.
• Battery
Battery along with accessories shall conform to Engineering Standard ES-8142.
• Indication Lamps
All indication lamps (if applicable) shall be of LED type suitable for the specified control
voltage, having minimum illumination of 40 milli candela.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 586
TECHNICAL SPECIFICATION
• Painting
The enclosures after suitable pre-treatment shall be painted with two coats of anti-corrosion
paint followed by two coats of anticorrosive paint.
All paints shall be carefully selected to withstand tropical heat and extremes of weather. The
paint shall not scale off, crinkle or be removed by abrasion due to normal handling.
Electrostatic power paint shall be preferred.
4. Audio - Visual alarm shall be provided for the following complete with "ACCEPT", "RESET"
and "TEST" facilities.
Charger Panel
- Mains failure
- Battery Charger failure / SCR fuse failure
- Battery Low
- Inverter temperature high
- Low voltage from inverter
- Load on Bypass
- All power fuse failures
- DC earth fault/ DC over - Voltage
- Main under voltage
- Cooling fan tripped (Common for all fans
Inverter Panel
- Inverter temperature high
- Low voltage from inverter
- Load on Bypass
- Inverter overloaded
- DC input failure/ under voltage.
- Inverter - I : Over voltage/ Under voltage.
- Inverter - II : Over voltage/ Under voltage
• Documents
1. Data/drawings after the order (3 copy each)
a. Specification Sheet
b. Technical Particulars/datasheet
c. Block Diagram
d. General Arrangement drawings and Foundation plan
e. Calculation for Battery capacity Sizing
f. C10 capacity test certificate
g. Feeder details for distribution boards
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 588
TECHNICAL SPECIFICATION
h. Quality assurance plan (QAP) for purchaser’s approval prior to dispatch at supplier’s works
and during commissioning at site
i. Descriptive literature and catalogues
j. Bill of Materials
k. Schematic & Wiring Diagram
l. Installation, operation and maintenance manual
m. Spare parts list with identification
n. Test Certificates and Test reports (not older than 5 years)
o. Guarantee Certificates
Stage Inspection of the isolation transformer will be carried out at different phases of
assembly and fabrication.
• Conflict
1. In the event of conflict between this specification and other documents listed herein,
the following order of priority shall govern-
SYSTEM CABINETS
1.0 General
1.1 All the Cabinets shall be of freestanding, enclosed type and shall be designed for bottom entry
for cable connection. Cabinet’s structure shall be sound and rigid and shall be provided with
removable lifting lugs to permit lifting of the cabinets.
1.2 Cabinets shall be fabricated from cold rolled steel sheet of minimum 2-mm thickness suitably
reinforced to prevent warping and buckling. Doors shall be fabricated from cold rolled steel
sheet of minimum 1.5 mm thickness. Cabinets shall be thoroughly deburred and all sharp
edges shall be grounded smooth after fabrication.
1.3 Each cabinet shall be of minimum 2100 mm height, 800 mm width and 800 mm depth.
Construction shall be modular preferably to accommodate 19" standard electrical racks. All
racks shall be of same height. Maximum swing out for pivoted card racks doors and drawers
shall be limited to 600 mm.
1.4 Cabinets shall be equipped with front and rear access doors. Doors shall be equipped with
lockable handles and concealed hinges with pull pins for each door removal.
1.5 The front and back doors of all DCS panels including marshalling panels shall have toughened
glass for visual ergonomics.
1.6 Biometric fingerprint cum smart card reader along with accessroies (electromagnetic door
locks, controller etc) shall be provided for front & Rear doors of the panel for restricting un-
authorised opening of the panel. The same shall be integrated with Access Control System/
TAS.
1.7 Limit switch to be provided on panel door and to be integrated with TAS for status monitoring
of the door (Open/close status). System shall generate alarm whenever the door is not closed.
1.8 In order to effectively remove dissipated heat from the cabinets, vent louvers backed by wire
fly screen shall be provided to cabinet doors. Two nos. of ventilation fans shall be provided
for front & rear portions of the cabinet for all cabinets (i.e. total four nos., 2 nos. for front
portion and 2 nos. for back portion) alongwith fan failure alarm indication at DCS and OIC.
1.9 Panel Temperature indication and alarm shall also be provided in DCS and OIC.
1.10 Illumination shall be provided for all cabinets by fluorescent lamps / CFL Lamps and door
operated micro switches. Utility socket of the rated power supply shall be provided.
1.11 Cabinet lighting shall be 230 V AC non-UPS only and the LED lamps shall be white threaded
type or better. One no. additional socket shall be provided in each cabinet for use of other
testing devices.
1.12 Equipment, within the cabinet, shall be laid out in an accessible and logically segregated
manner. Clamping rails shall be provided for incoming cables to prevent excessive stress on
the individual terminal. All metal parts of the cabinet including doors shall be electrically
continuous and shall be provided with a common grounding lug.
2.2 Wherever needed, fused TB with adequate rated fuse shall be provided.
2.3 Terminal blocks shall be so located that there is proper accessibility.
2.4 Terminal Blocks for 230 V AC and 24 V DC shall be of different colours. There shall be CAUTION
plate with plastic holding screws.
2.5 Single terminals shall not be used for terminating more than 2 wires.
2.6 Terminal blocks shall carry identification marks on each of them.
2.7 At least 20% extra terminals shall be provided.
2.8 Panel wiring shall be neat and tidy, confirming to the engineering practice existing.
2.9 1100 volts grade, PVC insulated, multi strand, single core cable shall be used as per
specification.
2.10 Cable size of minimum 0.5 sq. mm to 2.5 sq. mm or higher size depends on the current rating.
2.11 Recommended colour codes for wires
• 230 V Phase Red
• 230 V Neutral Black
• 230 V Ground Green
• Analogue Signal Blue
• RS Communication Grey
2.12 All cables shall be routed through good quality rectangular cable ducts. Cables shall occupy
only up to 60% of duct area.
2.13 Wire termination shall be made with solder less crimping type tinned copper lugs of suitable
shape such as bootlace, spade, etc., which shall firmly grip conductor and insulation. Sleeves
shall be provided for all wire termination.
2.14 All cables shall be properly marked at both ends using ferrules. These ferrules shall be printed
on an electronic machine using a single PVC sleeve. At each end target and source code shall
be described.
3.5 Individual circuit breaker shall be provided for each instrument shelf or group of shelves and
digital indicators on mimic.
4.0 Earthing
4.1 Each panel, cabinet, console, and other equipment in control room shall be provided with an
earthing lug. All these lugs shall be properly secured to the AC mains earthing bus.
4.2 All circuit grounds of electronic instruments, shields and drain wires of signal cables shall be
connected to instrument ground bus, which is electrically isolated from the AC mains earthing
bus. This bus shall be typically 25 mm wide and 6 mm thick of copper. The instrument ground
bus is connected to independent instrument system ground buses through insulated wires.
4.3 All safety barriers shall be securely grounded. The barrier ground wire shall be capable of
carrying a maximum fault level current of 0.5 ampere at 250 V R.M.S. per barrier.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 594
TECHNICAL SPECIFICATION
1.0 General
1.1 The console will house Computer/s, Display/s, Keyboards, Pointing devices, telephones and
other auxiliary equipment integrated placed together.
1.2 The following minimum type of additional equipment to be housed in a consoles are as follows:
• Power Sockets and interconnection cabling of various unit
• Lighting devices and user controls
• Telephones for voice communication
1.3 The console shall be aesthetically pleasing and designed with the consideration of applicable
ergonomic standards including BIMFA, CSA, and ISO (as applicable).
1.4 The consoles shall be suitable for areas of Seismic zone.
1.5 The consoles shall be fully knocked down for ease of transportation, removal, storage, and
further expansion and modification.
1.6 Provision for installation of four number monitors and its accessories to be given in the
console.
1.7 Connectivity of all the system / CPU to these monitors to be there all the time. At any point
of time four system/CPU's display to be available on these monitors. Provision of displaying
any system/CPU on any monitors are to be provided to below mentioned CPU/system thru
keyboard assign keys or thru seperate hardware . If any separate hardware is required for the
achieving the functionality,same need to be provided at no additioanl cost to IOCL.
1.8 Panel Mounted System/CPU can be connected - 3 nos. OICs , 1 no. Fire fighting OIC , 1 no.
TTES , 1 no. TFMS workstation , 1 no. CCTV client ,1 no. EWS ,1 no. Web server etc.
2.0 Standards
The related standards referred to herein and mentioned below shall be of the latest editions
prior to the date of the purchaser’s enquiry:
BIFMA M7.1-2007 or latest revisions : Standard Test Method for determining VOC Emissions
from Office Furniture Systems, Components and Seating
BIFMA X5.5-2008 or latest revisions: Desk/Table Product Test
Note:
➢ Vendor shall submit various options of console to Engineer In charge for approval before
manufacturing.
➢ Vendor shall supply technical literature, drawings and documentation for the complete system.
➢ Dual Tone Hooter and SIL certified ESD push button to be provided and integrated in the
Console.
➢ Colour of the cabinet box shall be RAL 7035. However, the same to be verified before
manufacturing.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 602
TECHNICAL SPECIFICATION
13. Management DHCP Client, IPv4, SNTP, SMTP, SNMPv1, Telnet, DNS,
HTTP, ARP, BOOTP, UDP, TCP/IP, ICMP
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 603
TECHNICAL SPECIFICATION
1.0 General
1.1 MCT shall be used for cable entry to control rooms, Admin Block, PMCC/MCC room, S&D room,
Invoice room and Security room.
1.2 MCT shall be sized, supplied and installed at site by the vendor. Multiple MCT blocks of
Multidiameter type shall be provided for cable entry, suitable cut out and structural supports
for installation of MCT frames on the walls / floor of control rooms shall be in scope of vendor.
1.3 The MCT Block system should have only few components for facilitating simple, easy and quick
assembly. The Multidiameter based cable transits shall be repeatedly re-openable and re-
usable without the need of special tools and discarding the modules in normal operation.
1.4 The MCT frame shall be standard type of stainless steel construction. The supply shall be
complete with multi diameter blocks with center core in all / stay-plates / single piece
compression wedge with stainless steel bolts. Solid blocks and insert blocks should not be
used.
1.5 Contractor shall size the MCT considering approximate 50% spare for each cable size /O.D. All
these spares blocks shall be available on the frame as usable Multidiameter blocks / add blocks
with center plug, so that these spares blocks in future can be used for wide range of cables
also, solid blocks should not be used at all on frame. Apart from spare if there is any additional
uncovered space left on frame then this uncovered space should also be filled only with usable
Multidiameter blocks with center plug only.
1.6 The Multi Cable & Pipe Transits should have been tested for water tightness-4 Bar pressure,
gas tightness-2.5 Bar pressure, Blast Load-3 Psi minimum as per OISD 163, 3 Hrs fire tests as
per UL 1479, EI-120 as per BS476 & ASTM E814, IP68 as per IEC60529, and rodents.
1.7 Wherever MCT Blocks are to be provided in Hazardous area, necessary ATEX certification
should be provided.
2.0 Frames
2.1 The frames shall be GH Type with 100/60 mm Flange with holes suitable for bolting installation
and sized according to the construction and cables passing through each penetration. Frame
material shall be of stainless steel.
3.0 Blocks
3.1 Multidiameter type Cable Transits are to be installed wherever the power or control or any
other cables are to be routed through concrete floor/roof or the walls or to the kiosks /
panels. The Cable Transit needs to be installed in the roof or wall using Multidiameter modules
with centre core so as to provide the flexibility using same module for a wider range of cables
with different diameters as given below for any future reconfigurations while retaining fire
stop, water tight and gas tight requirements. The Multidiameter modules with
peelable/tearable layers and central core should be made of super resistant Roxylon/ Lycron
– Halogen free EPDM with low smoke index-F1 Classification as per NF16-101 & NF16-102, Heat
Radiation test in compliance with M2/M1 classification, UV Ageing Test as per ISO-4892-2:2006
& ISO-815-1:2008, Oxygen Index Test as per ASTM D 2863-00, Shock & Vibration Test as per
NES 510.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 604
TECHNICAL SPECIFICATION
3.2 Spare blocks or the blocks used for filling space on frame shall be Multidiameter modules and
central core, so that in case of any possible expansion these Multidiameter modules and
central core can be used, insert blocks and solid blocks are not required to be provided.
4.1 The Wedge should be in single piece to be made of super resistant Roxylon/ Lycron – halogen
free EPDM with low smoke index having stainless steel bolts. It will be used to compress the
modules in the frame. The wedge should be such that it should not require any special tool to
install / uninstall. The wedge should be such that it can be used at any position within the
frame openings.
5.0 Stayplates
5.1 Stayplates for separating the module layers. Material of the stay plate should be stainless
steel.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 605
TECHNICAL SPECIFICATION
FIREWALL
Firewall device between IOCL LAN and TAS LAN shall be provided by IOCL. Required support for
configuration of Firewall is to be provided by the Vendor.
The free issued Firewall device shall have following indicative features:
Firewall shall support Policy based Routing and per packet load balancing
1.0 General
1.1 This specification provides the minimum requirements for design, supply, calibration, testing
and commissioning of Hydro-carbon vapour detection system for class A Petroleum products
(MS/Naptha/Ethanol). All the items required for proper functioning and operation of the
complete system shall be furnished by the Vendor, even though not specifically called in the
specification.
1.2 The type of detectors along with its positioning shall be based on Fire and Hydrocarbon vapour
mapping study to be undertaken by the vendor, using standard licensed software for correct
placement of the detectors. Fire and Hydrocarbon vapour mapping study shall be a part of
Quantitative Risk Assessment (QRA) to be carried out through reputed agencies having proven
track Record of conducting similar studies for oil Installations across the globe. Cost is to be
borne by automation vendor in getting study conducted. Report of such study to be submitted
to project in-charge of IOCL.
1.3 The hydrocarbon detectors to be installed in field to detect the presence of hydrocarbon
vapour in and around following areas:
• Tank Dyke for Class A Products
• Product pump House
• Product pump House valve manifold.
• Vapour Recovery Unit
• Valve manifold just outside tank dyke of class A Products.
• Tank dyke sump for all product
Flash point Flash point of a volatile liquid is the lowest temperature at which
it can vaporize to form an ignitable mixture in air
ppm Part per million (ppm). It denotes one part per 1,000,000 parts,
one part in 106 , or a value of 1 × 10– 6.
Hazardous Defined as a place where concentrations of flammable gases,
Area vapors, or dusts occur. Electrical equipment that must be installed
Classification in such locations is especially designed and tested to ensure it does
not initiate an explosion, due to arcing contacts or high surface
temperature of equipment.
2.2 Standards & Codes
Applicable standards referred below shall be of the latest editions:
• High alarm to be set at % LEL /PPM as read by the system during physical testing of the
respective detectors with MS sample as stated above in 5.4 or at 20% LEL whichever is
lower. Bidder to note that High alarm set point should be above normal operating
conditions to avoid unwanted alarms.
• High-High alarm to be set at 60% LEL (adjustable).
5.9 Alarm set points for open path detector shall be as follows:
• High alarm to be set at % LEL /PPM as read by the system during physical testing of the
respective detectors with MS sample as stated above in 5.4 or at 1 LEL.meter whichever
is lower. Bidder to note that High alarm set point should be above normal operating
conditions to avoid unwanted alarms.
• High-High alarm to be set at 3 LEL.meter (adjustable).
5.10 Hydrocarbon Vapour detector housing material shall be metallic suited for corrosive saline and
high humid environment. Hydrocarbon Vapour Detectors shall be fully tropicalised and all
atmospheric vents to be fitted with bug screens wherever applicable.
5.11 All enclosures for electrical equipment shall be suitable for use in hazardous area as per
hazardous area classification of the facility & vendor shall submit valid test certificates issued
by CIMFR/PESO. Flameproof enclosure which are manufactured outside India & certified by
accredited international authorities shall also required to have approval of PESO, India.
5.12 The Hydrocarbon Vapour detectors shall be minimum SIL-2 certified from accredited
certification agency.
5.13 Power distribution network shall be designed in such a way that single point failure shall not
cause tripping of the total system. Each distribution point shall be provided with a separate
MCB of power rating for isolation of the system
5.14 Separate signal ground will be provided for circuit ground of instruments, drain wires of signal
cable shield etc. Hydrocarbon Vapour detectors shall be grounded as per the OEM’s
recommendations.
6.0 Portable Hydrocarbon Vapour Detectors
6.1 The portable Hydrocarbon Vapour detectors with digital indication for LEL & Oxygen levels
shall be supplied along with its controller and shall be suitable for use in hazardous area. Such
units shall be certified by BASEEFA, CENELEC, FM, PTB, CMRI etc and approved by PESO. These
units shall be supplied with rechargeable batteries along with battery charger. These units
shall be supplied complete with its accessories like carrying case Kit, calibration Kit etc.
Note:
• All the detectors (Open path, point type & portable Hydrocarbon Vapour detectors) are to be
calibrated at site at least once in six months or as per OEM’s recommendations whichever is
earlier throughout the commissioning, warranty and CAMC period. Required hardware, test kit,
portable calibrator, HART calibrator etc required for calibration has to be arranged by the
vendor at no additional cost to IOCL.
• After calibration, the performance of the detectors to be re-demonstrated to IOCL
representative by physically placing a sample hydrocarbon product (MS liquid) near the
detector.
• PTD, OPD and portable HCD should be of same make.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 611
TECHNICAL SPECIFICATION
19 RFI /EMI protection EN50270:1999 Type 2 (EMC- electrical apparatus for the
compliance detection of combustible gas) /latest revision of EMC
directive 89/336/EEC.
26 Safety Integrity Level Minimum SIL-2 (TUV / EXIDA/ SIRA/ Other accredited testing
agencies) certified in accordance with IEC 61508.
27 Accessories required Mounting kits, Canopy, Tag Plates, calibration kit, Rain &
Dust protection cover, Splash guard, Ex Proof &
Weatherproof double compression cable glands etc as
required.
1(a) Sensor type Line of Sight Infra red absorption technique (xenon flash
lamp) having field replaceable transmitter and receiver
units.
9 Displacement/ Shall have in-built sensor system for transmitter & receiver
misalignment alignment
tolerance
Performance testing The performance of the detectors to be demonstrated at site
10
by creating field conditions as detailed in relevant section of
the tender document.
11 Field Alignment By local digital display and adjustable mounting arms.
21 Safety Integrity Level Minimum SIL-2 (TUV / EXIDA/ SIRA/ Other accredited testing
agencies) certified in accordance IEC 61508.
22 Accessories required Mounting kits, detector alignment & calibration kit, cell etc.
Rain & Dust protection cover, alignment & mode selection
kits, Junction box with terminals as required. Mounting
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 616
TECHNICAL SPECIFICATION
23 Performance Standard FM 6325 /IEC –EN 60079-29-4 and meeting our requirements
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 617
TECHNICAL SPECIFICATION
3 Area Classification Shall be suitable for use in Class-I, Division-I, Group C & D.
Vendor to provide necessary certification.
EXPLOSION-PROOF Hooter
5 Power Consumption 10 W
7 Lamp Power 6J
1.0 The Successful bidder must conduct Fire and Hydrocarbon Vapour Mapping study (Dispersion Modelling
Study) through reputed agencies having proven track Record of conducting similar studies for oil
installations across the globe, using standard licensed software. The scope has been covered in BOQ. The
bill of material wrt HCDs mentioned in the tender is indicative based on existing general practice and for
determination of L1 bidder. However, the unit rate will be applicable in case of additional/deletion of the
quantity.
2.0 The mapping should be done by any software meeting the following technical parameter:
2.1 Should contain data libraries for fast and accurate modelling of specific fire and Hydrocarbon Vapour sensors.
a. Available Libraries: Fire Detectors, Hydrocarbon Vapour Detectors
b. Attributes: Detector Make, Detector Model, Detected Chemical, Sensitivity Setting, Curve
Characterization Parameters, Design Basis Detection Distance
c. Hydrocarbon Vapour Detector Attributes: Detector Make, Detector Model, Detected Chemical
2.2 General Study Data Inputs: Defines the process facility study area, or zone, using a variety of attributes.
These attributes include the physical description of the facility along with the conditions that affect the fire
and Hydrocarbon Vapour mapping study, such as weather.
2.3 Facility Tracking Information: Name, Asset Owner, Facility Description, Project Number
2.4 Facility Dimension Information: x dimension, y dimension, z dimension, true north angle, project north angle.
2.5 Analysis Elevation: In accordance with ISA TR 84.00.07 coverage results are to be presented as areas of an
elevation of interest. This elevation of interest is user defined, and can be changed, or calculated multiple
times for different elevations, as required.
2.6 Detector Voting: 1ooN or NooN for Hydrocarbon Vapour – selectable, 1ooN or NooN for fire – selectable
2.7 Overlay Image: An overlay image is a graphic file that is overlaid on mapping results to provide context.
2.8 Supported Image Formats: JPG, JPEG, GIF, TIFF, PNG, BMP
2.9 Graded Area Definitions: Define graded area names, primary inclusion distance, secondary inclusion distance,
secondary grade
2.10 Wind Direction Data: Wind direction data is critical for distributing release scenario locations depending on
wind. Software should allow input for up to sixteen (16) wind direction(s), and should define the fraction of
time the wind is coming from each direction in a non-dimensional format.
2.11 Detector Information: Detector Tag Name, Detector Make (Vendor), Detector Model, Detector Hazard of
Concern (Chemical Combusted), Detector Sensitivity Setting
2.12 Detector Location/Orientation: x dimension, y dimension, z dimension, declination angle, rotation angle
2.13 Design Basis Fire Size: Input of design basis fire size in terms of Radiant Heat Output in kilowatts.
Automatically scales the cone of vision dimensions based on the design basis fire size.
2.14 Enabled/Disabled: Each detector can be individually enabled or disabled from the study to allow calculation
of the results without the benefit of the detector – allowing quick and easy sensitivity analysis.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 621
TECHNICAL SPECIFICATION
2.15 Per-Detector Results: Geographic Coverage for the Detector, Geographic Coverage without the Detector, 3D
view from the face of the detector, Scenario Coverage of the Detector, Scenario Coverage without the
Detector Technical Data
2.16 Critical Cloud Diameter: Input of critical cloud diameter Radiant Heat Output in multiple different distance
units. Critical cloud size determined separately based on release parameters or fire and Hydrocarbon Vapour
system philosophy.
2.17 Detectable Concentration: Set point of detector, and parameter for determining exceedance of set point for
open path Hydrocarbon Vapour detection equipment.
2.18 Per-Detector Results: Geographic Coverage for the Detector, Geographic Coverage without the Detector,
Scenario Coverage of the Detector, Scenario Coverage without the Detector Technical Data.
2.19 Fire Scenarios: Fire scenarios are definitions of the sizes of fires that can occur as the result of a release from
a piece of process equipment. An unlimited amount of scenarios can be defined for each equipment item.
Each fire scenario includes a location (x, y, z), fire dimensions (length, width), fire frequency (per year), and
offset from the release location. Also, each scenario can be individually enabled and disabled.
2.20 Hydrocarbon Vapour Scenarios: Hydrocarbon Vapour scenarios are definitions of the sizes of Hydrocarbon
Vapour clouds that can occur as the result of a release from a piece of process equipment. An unlimited
amount of scenarios can be defined for each equipment item. Each Hydrocarbon Vapour release scenario
includes a location (x, y, z), Hydrocarbon Vapour cloud dimensions (length, width), concentration related to
the release dimensions, release frequency (per year), and offset from the release location. Also, each scenario
can be individually enabled and disabled.
2.21 Geographic Coverage Results: It should give coverage results of the Fire Hydrocarbon Vapour System (FGS)
mapping activity. Geographic coverage is defined in ISA TR 84.00.07 as the fraction of area of an elevation of
interest where if a fire or a Hydrocarbon Vapour cloud were to exist, would be detected by the FGS detector
array. Separate results are to be prepared for Hydrocarbon Vapour detection and for fire detection.
2.22 Geographic Coverage Map: A colorized map should be provided that shows the areas that are uncovered,
covered by only one detector, and covered by two or more detectors.
2.23 Grade Display Selector: The colorized coverage map can either be displayed for the zone as whole or
individually for each graded area (e.g., A, B, or C)
2.24 Tabular Results: Tabular results are also to be calculated. The tabular results are presented as percentage
coverage and are presented for the zone as a whole and each individual grade of the zone.
2.25 Certification: Analysis certification (both of the analyst and the zone) are to be presented
2.26 Scenario Coverage Results: It should also provide scenario coverage results of the Fire Hydrocarbon Vapour
System (FGS) mapping activity. Scenario coverage is defined in ISA TR 84.00.07 as the fraction of release
scenarios at an elevation of interest where if a fire or Hydrocarbon Vapour cloud were to exist, would be
detected by the FGS detector array. Separate results to be are prepared for Hydrocarbon Vapour detection
and for fire detection.
2.27 3D Viewer: A three dimensional viewer for this purpose is required.
2.28 Validation: The validation include checks for faithful reproduction of vendor cone-of-vision data in multiple
different angles and a multiple different sensitivity and fire size RHO settings, checks for faithful
determination of obstruction shadow creation for multiple obstruction geometries, and checks for faithful
scenario development and detection.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 622
TECHNICAL SPECIFICATION
Fire Detection and Alarm System is envisaged in terminal to facilitate automatic detection of fire in the incipient
stage and its annunciation, so as to prevent the spread.
Fire detection system shall cover all areas of the terminals like Admin. Building, control room, S&D room, TLF Pump
House, MCC Room, Security Room, Calibration Facilities, Tank Truck Filling Gantries, Fire Station, Fire Water Pump
House, Tank Farm area, P/L Pumping station LAB & Sample Room etc
The Fire Detection and Alarm system shall be State of the art microprocessor based, software controlled automatic
system with necessary programming functions, annunciation and controls. Tank Farm area, & P/L Pumping station
etc.
1.0 GENERAL
This tender specification covers the details for Automatic Fire Detection and Alarm System envisaged in each terminal
to facilitate automatic detection of fire in the incipient stage and its annunciation, so as to prevent the spread.
Detector mapping shall be done as per IS2189.
Other Systems
a) Repeater Panel in Security Cabin and Fire Pump house with inbuilt LCD/LED display
b) Alarm system & Integration with TAS & electric Sirens.
3.0 AREAS
The terminals comprises of Admin. Building, control room, S&D room, TLF Pump House, MCC Room, Security Room,
Calibration Facilities, Tank Truck Filling Gantries, Fire Station, Fire Water Pump House, Tank Farm area, P/L Pumping
station, LAB & Sample Room etc.
5.12 Main control panel shall display the address of the detector where the smoke / fire have been sensed and
corresponding indication shall be available on OIC GUI.
5.13 Audio alarm for Fire and Fault shall be different. A test switch / provision to be provided at the main panel to
check the proper functioning and healthiness of the panel.
5.14 There shall be provision for automatic operation / actuation of fire hydrant system (if required), PA paging
System, Wailing Siren etc after detection / confirmation of fire through fire detection and alarm system.
5.15 The fire alarm system shall be interfaced with TAS and PA paging system and suitable GUI in TAS indicating
the floor plan of respective amenities, layout plan along with the status of all the detectors and manual call
point properly mapped in the GUI.
5.16 Main panel shall have suitable interface card for interfacing with TAS over serial communication/ TCP IP with
the safety PLC over Modbus or any other open protocol. Converter required, if any shall be in vendor scope.
5.17 In addition to serial/TCP IP , FAP shall be provided with potential free contacts for each loop alarm and contact
output for faults.
5.18 Wailing Siren and our PA paging system for auto announcement of pre recorded message wrt the location from
where it is activated shall be interface directly/thru safety PLC.
5.19 The fire detection and alarm system shall have following functions/ provisions
- Detection of fire in the incipient or shouldering stage.
- Facility of interchanging photoelectric and heat detectors.
- Suitable battery back-up for un-interrupted performance.
- Dual tone hooters for differentiating between fire and fault audible alarms.
- Fully supervised for all fault conditions i.e. fail safe operation.
- Automatic uninterrupted changeover to backup power source in the event of main supply failure.
- Pinpoint indication of location of fire.
- Exclusive wiring, independent of Mains power and other wiring.
6.1.1 The main Control panel for fire detection and Alarm system shall be microprocessor based intelligent
controller with inbuilt memory. The controller alongwith accessories shall be mounted inside an enclosure
of modular design (Wall mounted type). Entire panel shall be designed with solid-state circuitry and provision
to house required printed circuit cards.
6.1.2 The fire Alarm panel shall be capable of degrade mode of operation of each loop in case of CPU failure or it
shall have dual redundant CPU.
6.1.3 It shall operate on 230V AC mains with a provision for operation through battery backed-up power source
during mains failure.
6.1.4 The control panel shall have minimum 4 loops expandable to minimum 10 loops. Each loop shall be able to
take at least 300 Detectors/ Devices (any combination). Control panel shall have provision for future
expansion so that additional loops can be created by addition of loop cards modules. Each loop shall have
min 20 % spare capacity for future requirement. Actual nos. of loop cards required based on design
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 625
TECHNICAL SPECIFICATION
Engineering, loop capacity, distance limitation, spare requirement etc to be provided at no additional cost
to IOCL.
6.1.5 The control panel shall have necessary hardware and software modules for the following
• Alarm output and control output for various control functions.
• Facility to process the input data received from addressable detectors.
• Electronic filters to ignore false alarm and increase sensitivity to real fires from-sensors. The
electronic filters shall recognize the unwanted alarm from detectors due to electrical spikes.
• Separate backlit display area to indicate the address of each device and clear text about the location
of alarm / trouble.
• The facility to support a graphic workstation comprising of PC, Printer, Keypad, Mouse, Peripherals
etc.
• Printer facility to print out the alarm / trouble occurrences.
• MODBUS or any open protocol over serial/ TCP IP communication with TAS system with necessary
software.
6.1.7 Thefire alarm control panel shall be able to provide the following test and operator interface features
• Acknowledge -To acknowledge the alarm
• Automatic day / Night sensitivity Adjust -To have higher sensitivity during unoccupied period.
• Device Blink Control -For flashing LED's on, the detector.
• Drift Compensation - For compensating the detector response due to
environmental changes.
• Pre-alarm control panel Indication - For early-indication of fire in the incipient stage ie
Detectors shall be able to sense incipient fire by detecting the presence of smoke/ heat around the
detectors.
• System Status Report - Documentation of various system parameters.
• Alarm Verification, by device - To eliminate generation of false alarm due to dust /
cigarette smoke.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 626
TECHNICAL SPECIFICATION
6.1.8 The system display shall provide a backlit alphanumeric Liquid Crystal Display (LCD) with an alphanumeric
keyboard/ touch screen facilities for entry of any alphanumeric information and field programming. All
system functions shall be controlled from the panel through the keyboard and display unit. It shall also
provide visual indication atleast for Power Failure/Battery Mode, System Alarms, Display Trouble and Signal
Silence.
6.1.9 Minimum two level password protection to be provided to prevent unauthorized system control or
programming.
6.1.10 The system display shall include the following operator control – ACKNOWLEDGE, SIGNAL SILENCE, RESET and
DRILL
6.1.11 The following indications shall be provided in the main control panel
• Fire condition.
• Pre - alarm indication.
• System test.
• System Fault.
• System isolation.
• Alphanumeric display for fire address, function menu etc.
• Stand by Battery Low.
• AC mains failure.
• Others as required.
6.1.12 The panel shall be dust and vermin proof and shall be fabricated of steel, RAL 7035/CRCA sheet of not less
than 2 mm thickness and should be suitable for indoor and Dry environments.
6.1.13 Paint shade of the panel shall match with that of the walls of the room and other equipments in the room.
6.1.14 The front door of the panel shall be provided with transparent glass for easy monitoring to the status of the
system. There shall be provision for locking up of the panel. All the controls and indication shall be mounted
on the front side of the panel and all circuitry and equipment for the working of the system shall be housed
within the unit.
6.1.15 Suitable terminal blocks shall be provided for termination of external cables and provision shall be made for
mounting of cable glands or conduits whichever is applicable.
6.1.16 Facility shall be provided for connection of external hooters, which shall be energized in case of fire within
any of the area under surveillance.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 627
TECHNICAL SPECIFICATION
6.1.17 Panel shall have suitable cable entries for power and signal cable along with suitable terminal block.
6.1.19 The Main Panel shall be installed in the TAS Control Room along with other TAS Panels.
6.2 Manual Call Stations
12. Cable Gland 2 Nos. ½” NPT (M), Ex’d’, Double Compression Nickel Plated
Brass cable gland with PVC hood
13. Stopper Plug 1 no. ½” NPT (M), Ex’d’, Nickel plated brass stopper plug
19. Accessories Hammer along with chain fix to Unit for breaking glassing
type
1.
Type Double action type – Push In Pull Down
2.
Addressable Required
3.
Reset Shall remain in alarm condition until reset is done
4.
Mounting Wall/ structure mounted
5.
Protection Class IP -54 or better
6. Gasket if used Endless moulded neoprene rubber
9. Cable Gland 2 Nos. ½” NPT (M), Double Compression Nickel Plated Brass
cable gland with PVC hood
10. Stopper Plug 1 no. ½” NPT (M), Nickel plated brass stopper plug
6.4.1 Response indicators shall be Visual indicating type and shall start flashing when the detector in that
particular' area / zone has been activated due to smoke or fire. This is to be connected with individual
detector installed at places where they are not easily visible e.g. above false ceiling or below false flooring,
to give repeat indication of the particular detector state. During normal polling the LED shall blink at a lesser
rate same as that of detector. The LED's of the response indicators shall be housed on aesthetically designed
PVC/ FRP bases with matching colour of mounting surface. The response indicators for a group of detectors
in a premise may be placed on a common base.
6.4.2 The control room / Admin building wherever detectors has been provided over false ceiling or under false
flooring shall be provided with red LED response indicators for easy identification and one hooter shall also
be provided in control room.
6.5 Electronic Hooter
6.5.1 Electronic hooters shall be used for audio alarm to alert people in case of fire and shall be fully solid state
with audio output sufficient to be heard at a distance not less than 50 m.
6.5.2 The units shall be located at vital places and shall have minimum audible level of 65 dB or 5 dB above noise
level of the working area and in the plant area also. Hooters shall be connected to the detector loop using
addressable control module and shall be powered from the panel using same detector loop or 100% Monitored
Addressable Loop Powered Sounder would be preferred.
6.5.3 The unit shall be of rugged construction, have weatherproof protection (IP 54) and suitable for outdoor
mounting. The hooters required for outdoor mounting shall have rain canopy for protection from rainwater
and direct sun.
6.6 DETECTORS
In case of installation in Hazardous area, same shall be suitable for EEx ia IIB T4, Zone 1. Suitable Zener
barrier shall be used with heat detectors without additional cost to IOCL.
In case of installation in Hazardous area, same shall be suitable for EEx ia IIB T4, Zone 1. Suitable Zener
barrier shall be used with heat detectors without additional cost to IOCL.
6.7.2 The repeater Panel shall duplicate all the audio-visual alarm initiated at the main panel. The display and
control functions provided at repeater shall be same as that of Main panel. The unit shall be aesthetically
designed, suitable for wall / structure mounting. The unit shall be designed for power supply and operating
conditions, same as that of Main panel.
6.7.3 The power supply to repeater panel shall be either looped powered with main fire alarm control panel or
externally powered with minimum 30 min battery backup.
6.7.4 GENERAL
6.7.4.1 An interactive display shall be provided in accordance to the project specifications and drawings.
6.7.4.2 The interactive display system shall include, but not be limited to, a min 22” touch screen interface,
network communications media, power supplies, an embedded gateway, and wire/fiber optic.
6.7.4.3 The interactive display shall support fire alarm, supervisory, and security events from the fire alarm
control panel(s).
6.7.4.4 The interface shall display building floor plans with respective active fire alarm devices, gas, power
and HVAC shutoffs etc. in the terminal.
6.7.4.5 The system shall include an easy one-touch method of viewing building, emergency contacts, facility
site plan, active event information, MSDS information, and have the ability to print floor-plans.
6.7.4.6 A supervised interface to fire alarm control panels and shall be made available and displayed.
6.7.4.7 The system shall be electrically supervised and monitor the integrity of all conductors.
6.7.4.8 The system shall have the ability to connect to multiple gateways and accommodate floor plans for
multiple buildings.
6.7.4.9 The system shall have a configuration audio tone with a silence button and configurable door
activation.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 634
TECHNICAL SPECIFICATION
6.7.4.10 The system shall have the ability to store and access MSDS safety sheets from Hazmat buttons placed
on the screen.
6.7.4.11 The user shall be able to download system log files from the unit by connecting a USB device
6.7.5 PERFORMANCE
6.7.5.1 The network will interface and report the individually monitored system’s alarm status via a user-
friendly Graphical User Interface (GUI) based software.
6.7.5.2 The software shall operate under Microsoft® Windows® 7 or any other platform.
6.7.5.3 The GUI based software must be capable of graphically representing the facility being monitored with
floor plans and icons depicting the actual locations of the fire alarm device locations.
6.7.5.4 The software shall use a 1920 pixel x 1080 pixel GUI display capable of showing a large primary floor
plan display, a site plan representative of an aerial view of the facility.
6.7.5.5 The software shall permit automatic navigation to the screen containing an icon that represents the
first fire alarm device in alarm in the event of an off-normal condition.
6.7.5.6 The fire alarm device icon shall be visible only when it is in an alarm (or active) condition.
6.7.5.7 The software shall display the activated smoke detectors in a time sequence to track smoke
progression.
6.7.5.8 The software shall allow the importation of externally developed floor plans in Drawing Exchange
Forman (DXF), Windows Metafile (WMF), JPEG (JPG), Graphics Interchange Format (GIF) and Bitmap
(BMP) format.
6.7.5.9 The software shall provide an intuitive and easy way to navigate to different screens representing
floors and areas within a facility.
6.7.5.10 The system shall provide for continuous monitoring of all fire alarm conditions regardless of the
current activity displayed on the screen.
6.7.5.11 The software shall provide a screen that displays preprogrammed building contact information.
6.7.5.12 The software shall allow a site plan to be imported that shows an aerial view of the facility.
6.7.5.13 The software shall display all active fire, supervisory, and security events within an event list.
6.7.5.14 The software shall display the ability to allow the user to zoom in and out on the current floor-plans
utilizing embedded icons on the screen.
6.7.5.15 The software shall have the ability to click and drag the screen to provide the ‘Panning’ ability on the
floor-plans.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 635
TECHNICAL SPECIFICATION
6.7.5.16 An overview shall be display on the screen indicating the specific area of zoom present on the floor-
plans to the operator.
6.7.5.17 The screen shall display an embedded icon indicating the real-time connections status of gateway.
6.7.5.18 The software shall display MSDS information if imported for the specific Hazmat symbol.
6.7.5.19 The system shall allow the printing of any screen if an active printer in found on the system.
6.7.6.1 Substitute equipment proposed as equal to the equipment specified herein shall meet or exceed the
minimum specified standard. For equipment other than that specified, the contractor shall supply
proof that such substitute equipment equals or exceeds the features, functions, performance, and
quality of the specified equipment.
6.7.6.2 All equipment and components shall be new, and the manufacturer’s current model. The materials,
equipment and devices shall be tested and listed by a nationally recognized approval agency.
6.7.7.1 The system shall operate on an UL listed Embedded platform operating at no less than 1.6 GHz on the
Microsoft® Windows® 7 Embedded platforms.
6.7.7.2 The Embedded platform shall have: no less than 2 GB of RAM, a flash drive with no less than 8
Gigabytes of storage space, 100 Base-T Ethernet NIC card, and USB ports.
6.7.7.3 The Embedded platform shall have a minimum 22” touch-screen display.
6.7.7.4 The Embedded platform requires gateway module if any to allow connection to the network it
monitors is in scope of vendor.
6.7.7.5 The gateway shall connect to the network using a TCP/IP Ethernet Infrastructure. The Ethernet
infrastructure shall consist of a hub/switch utilizing two standard RJ-45 Ethernet cables that will
connect from the gateway to the hub/switch and from the hub/switch to an industry standard
Ethernet cross-over cable connected between the gateway and Display.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 636
TECHNICAL SPECIFICATION
- Vehicle barrier
- Door Metallic detector
- Door position magnetic lock
- Rolling Electro magnetic Heavy duty lock
1.5 For access control, each door should consist of a combination of the following
- Door Control module
- Biometric Reader (PIN+smart card+fingerprint or PIN+fingerprint+face recognition+Smart card)
- Exit button
- Magnetic Lock
1.6 For access control, each rolling shutter should consist of a combination of the following
- Door Control module
- Biometric fingerprint cum Proximity Entry Card Reader
- Rolling Electro Magnetic Lock
1.7 For access control, each turnstile/Flap barrier should consist of a combination of the following
- Door Control module
- Biometric cum Proximity Entry Card Reader
- Turnstile/Flap Barrier
1.8 If any additional material / software / hardware required other than the minimum requirement indicated in
the tender to complete the system and commission the system in totality, the same shall be supplied and
installed by the vendor without any extra cost to IOCL.
2.0 Compliance
2.1 Design and operation of the ACS shall conform to the following reference codes, regulations, and standards or
equivalents as applicable
i. National Electrical Code (NEC)
ii. Underwriters Laboratories (UL) , UL 294
iii. European Union standards conform to ‘CE’ marking
iv. Federal Communications Commission (FCC) Rules and Regulations Part 15, Radio Frequency Devices,
v. National Electrical Manufactures Association (NEMA) Section 250 Enclosures for electrical Equipment,
vi. Applicable Federal, State and Local laws, regulations, and codes as applicable for access control system,
vii. ISO/IEC 14443/15693.
viii. The relevant standards of BIS & local building codes etc as applicable in India.
2.2 Networking equipments should comply the future “ipv6” standards. Bidders shall also provide copies of their
certificates of compliance or other proof of compliance.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 638
TECHNICAL SPECIFICATION
3.8.3 Direct control of field devices by security personnel, such as barriers, turnstiles and door locks, etc.
3.8.7 "Free exit" command for the whole system from the operator station in emergencies (such as fire, explosion,
earthquakes, etc).
3.8.8 Integration with additional devices from third-party providers through standard industrial protocol of
supports MODBUS, OPC etc.
3.8.9 Providing a list of personal on site and location for emergency evacuation and muster purposes
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 639
TECHNICAL SPECIFICATION
3.8.10 Remote access controllers shall be capable of supporting at least 16 card readers. They shall be capable of
storing card information and operate in a standalone mode if communication with the main server is lost.
Communication to the main server shall be via the access control LAN.
3.8.11 Client PC’s shall be fit for purpose loaded with the necessary operating system. Client PC’s shall connect to
the access control server via the access control LAN.
3.9 Operational functions and monitoring shall be at Security gate. Maintenance activities shall be performed by
personnel using a small laptop, to access the video LAN network.
3.10 All interfaces within the ACS shall be based on TCP/IP network protocol connectivity over the intranet/
LAN/WAN.
3.11 The ACS software system shall collect data online from all field controllers over TCP/IP for any events/alarms.
3.12 The system shall incorporate the necessary hardware, software, and firmware to collect, transmit, and process
alarm, tamper and trouble conditions, access requests, and advisories in accordance with the security
procedures of the facility.
3.13 ACS shall integrate with video imaging system without the need for custom software development. The
integration shall provide for a single database that stores the cardholder data field, prints whenever required.
3.14 The ACS shall integrate with Turnstiles, Vehicle/Flap Barriers, and other type of doors and gates having their
own operational logic and time delay features. ACS shall be able to manipulate these features for smooth
operation of Turnstiles, Flap Barriers, Vehicle Barriers and/or other types of access control devices as specified
elsewhere.
3.15 The server shall be powered through main UPS located in control room.
3.16 One printer shall be provided in security room. This printer will be used for printing visitor pass.
3.17 ACS controller shall be interfaced with Fire alarm system / Emergency Shut Down (ESD) system for
disarm/disabling the specific door locks during fire emergencies and drills.
3.18 ACS system shall be integrated with IOCL payroll system for configurable users. Details of integration shall
be shared with successful bidder.
4.1.1 The Controllers shall be UL, EN certified and conform to EN 55022 and EN 55024 standard or the controller
should be CE certified and confirm to IS13252 –part 1 and IEC 60950-1 standards.
4.1.2 The controller shall be a fully stand-alone processor capable of making all access control decisions without
the involvement of the host computer and shall have onboard microprocessor of latest Version or equipment,
battery backup, database, user-defined reports, and several communication ports.
4.1.3 The controller shall have in-built intelligent control unit, designed to process and control transactions of the
accessed control points that may be either Turnstiles , barrier/ Flap barrier etc.
4.1.4 Communication between the control panel and the server shall be encrypted, ensuring data integrity
between the control panel and the server. Encryption shall rely on a shared key that both the control panel
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 640
TECHNICAL SPECIFICATION
and the server know. The message is encrypted using the key, then decrypted by the receiver using the same
key. If the control panel and the server have different keys, the message shall not be able to be decrypted.
This shall result in the rejection of incoming messages.
4.1.5 The controller shall have in-built TCP/IP connectivity for direct interfacing with the Server / Client PC.
4.1.6 Functions provided by controller shall include but not limited to the following features
4.1.7 Each controller shall be provided with built-in hardware to support communications to the host computer.
4.1.8 A tamper switch shall be attached to the inner surface of the controller enclosure to signal host.
4.1.9 The controller shall provide built-in LEDs to indicate system status including lock/unlock status of access
control devices and communication, whether or not the controller is properly communicating with the host
computer.
4.1.10 Intelligent alarm monitoring & output control terminal boards shall be available as onboard/plug-in modules
in the controller offered.
4.1.11 The door controller shall support remote upgradation of controller software over the TCP/IP. Controller
Firmware upgradable directly from Host system and the up-gradation shall be free of cost during
comprehensive annual maintenance contract period.
4.1.12 Access granted or denied decisions (excluding card & biometric validation time) shall be made in less than
0.5 seconds.
4.1.13 Controller communication shall be redundant with ACS servers and shall support TCP/IP or Encrypted serial
data bus (RS485).
4.1.14 Controller shall have provision for power on PoE & PoE+.
4.1.15 Access Control Authentication shall have configurable Anti Pass back feature.
4.1.16 Controllers shall store alarms, events and real-time transactions or send them on host computer when buffer
memory has reached a given level. All history records more than readers design capacity of memory should
be automatically archived in the server (FIFO basis).
4.1.17 The controller is to be housed in a metallic SS wall mounted enclosure with glass bezel suitable for indoor
installation having ventilation provision with net to prevent entry of lizards and other insects.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 641
TECHNICAL SPECIFICATION
2 Approval UL, EN
7 Nos. of readers per controller Minimum 2 (one IN and one OUT) with individual controller.
10 Capability to connect multiple types Smart card reader, Biometric cum Smart card reader etc.
of readers.
13 Communication to network devices TCP/IP, IPv4 (10/100 Mbps) On board true IP controller.
4.2.1 The smart Card reader shall support read facility, based on MIFARE technology and compatible to ISO-14443,
Type-A.
4.2.2 The reader shall be capable of reading any sector in the card without any physical contact. Reader’s cable
of reading only CSN (chip serial number) will not be acceptable as authentication will be based on sector
details and not based on CSN.
4.2.3 The reader shall include personal identification features with personal identification number to support dual
authentication of identity.
4.2.4 The reader shall support wiegand or serial (RS232C) format for communication. The card reader shall only
read the card data and pass it on to the controller for validation. The card reader shall not take any decisions
on its own.
4.2.5 Minimum specifications for the smart card reader shall be as indicated.
3 Function Read Head shall read smart card keys and send signal to
controller for processing
7 Humidity 95 % non-condensing
11 Read Head closure material High impact Lexan / Polycarbonate or similar material, sealed,
water & Weather resistant, tamperproof and UV resistant.
13 LED colour Green / Red as per indication requirement. RED for fault/alarm/
Invalid card and GREEN for valid card.
4.3.1 The smart card will be MIFARE standard RF contact-less smart card as per ISO/IEC 14443, Type-A.
4.3.2 The smart cards shall have memory chip/in-built micro-controller with hardware memory E-EPROM and
tamper resistance features.
4.3.3 The cards shall be constructed of top quality, highly durable and resilient PVC plastic material for use with
Wiegand readers / or equivalent.
4.3.4 The card shall be read without a direct contact on the smart card reader.
4.3.5 The card numbers shall be unique to each card and the systems at each facility shall permit access only to
select card numbers, based on the programming.
4.3.6 The cards shall be proven one and suitable for minimum 1,00,000 life cycle operations.
4.3.7 Each smart card shall be encoded a facility (site) code unique to the security system code & individual card
number.
4.3.8 Cards shall be encoded with a highly secured encryption algorithm by the manufacturer.
4.3.9 The encoded information shall be highly secure from alteration by external magnetic or electric fields.
4.3.11 Standard cards shall be available with hot stamped facility (site) code and card number. The vendor shall
also confirm the availability of the cards without hot stamping from the manufacturer, if requested by the
owner.
4.3.13 Cards shall be provided with a carry pouch with the appropriate chain.
4.3.14 Active circuit type cards requiring batteries shall not be accepted.
4.3.15 The physical structure of the smart card shall be compatible to ISO 7810.
4.3.16 The operating system inside the card shall contain manufacturer identification number, serial number,
profile information etc. The system area shall have different security keys such as fabrication key and
personalization key.
4.3.18 One time supply and making of ID cards shall be under vendor’s scope.
7 Humidity 5% to 95 % non-condensing
9 Communication Via low power radio frequency providing minimum 1.5”read range as
per MIFARE standard
11 ISO Size card as per (ISO/ IEC- 85.7 mm X 54 mm X 0.79 mm Suitable for directly printable on both
7810 (ID-1 type) side with dye sublimation type PVC card printer or with PVC
removable stickers
12 Capacity Card shall generate a minimum of eight digit access number. Numeric
encoded data shall be an integrated circuit within the card.
13 Security Each card shall be so encoded that it is totally unique and does not
exist in any system in the world.
11 Self-centering Mechanism With hydraulic damping to ensure head always rotates quietly
and smoothly to the neutral position
13 Action lock Positive action lock which prevents two passage at one time
14 Fail safe in the event of removal of In case of power failure, the rotor will be free to be turned in
power supply. both directions
16 Integration Turnstile shall function in integration with Bio metric cum smart
card reader. Provision for embedded (Flush) mounting of two
readers, one on each side.
All housing and internal parts to have rust & corrosion free
10 Protection metals or alloys of high strength with suitable epoxy coating
as applicable.
Vendor to specify
14 Power consumption
2 Material SS 304
4 Height >850mm
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 648
TECHNICAL SPECIFICATION
1 Application Outdoor
5 Intelligence The use of torque drive and Microprocessor based controller to ensure
maintenance free operation. The barrier may be stalled & reversed at any
position.
7 Finish Control Unit Galvanized sheet metal with RAL 2001/2005 polyester enamel finish
Boom White enameled aluminium with red reflective stickers
10 Protection IP-54, NEMA-3 or better. All housing and internal parts to have rust & corrosion
free metals or alloys of high strength with suitable epoxy coating as applicable
14 Safety Infra-red sensors to be used both for entry & exit to prevent barriers from closing
on the vehicle.
17 Integration Shall function in integration with Biometric cum Smart Reader Access Control
system
1. General Description Hand-held Metal Detector shall be designed ergonomically & fits
comfortably in any size hand to handle for easy control and grip to
thoroughly scan an individual, while keeping your hand away from
their body.
2. Dimensions
4. Power Source Rechargeable Alkaline battery 3/6/9 volt plus spare battery set with
charger.
Fully charged HHMD should give minimum 08 hours operation backup.
Power Switch and LED Lights Easy and convenient to use with one-touch button and three-color
5.
LED lights.
Power switch and LEDs positioned for easy access and high
visibility.
7. Indication i. Single LED based audio and visual multiple indication for:-
• SWITCH ON
• METAL DETECTION
• LOW BATTERY INDICATION
11. Detection Should be able to detect Ferrous and Non Ferrous metals:
• Pistol.22 at min 6”
• Cartridge.22 at min 2”
• Razor blade at min 1”
14. Safety Safe for people and will not affect magnetic recording media.
The magnetic field strength shall meet the limits set by
international standards for human safety.
15. Tuning Automatic to ensure equal results on wide range of metals and
alloys
Certification and Compliance a. Standards for Law Enforcement and Correctional Facilities.
16.
b. Compliant with the applicable electromagnetic Standards on
Human Exposure.
c. Compliant with applicable International Standards for
electrical safety and EMC.
17. Miscellaneous The following should be provided, as applicable, along with the
equipment:
a) Cleaning kit
b) Users hand book
c) Technical Manual giving full description of the item
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 654
TECHNICAL SPECIFICATION
BIOMETRIC FINGER PRINT CUM CONTACTLESS SMART CARD READER ALONG WITH DIGITAL CAMERA
1 Microcontroller Onboard
2 Memory 4MB
19 Camera Embedded
BIOMETRIC FACE RECOGNITION, PIN, FINGER PRINT AND CONTACTLESS SMART CARD READER
1 Microcontroller Onboard
2 Memory Minimum 2 GB
4 LCD Display Colour LCD display with Touch screen facility with backlight
8 Keypad required
19 Camera Embedded
20 Communication TCP IP
24 Approval Conformity to CE
Vendors shall quote all the required items including magnetic locks, sensors, communication cables, system cables,
system cables and others, if any to the functional requirements of the Access Control System.
5.1.1 The ACS shall use a Client – Server architecture based on standard operating systems, networks and protocols.
The system shall enable distribution of functions such as monitoring, control and graphical user interface
etc. across the network.
5.1.2 The ACS shall be capable of providing selected data in an ODBC format for the purpose of extracting data
and creating custom reports.
5.1.3 The architecture shall ensure support of various wide area networks to link different nodes icon to a single
integrated system based on industry standard protocol of TCP/IP.
5.1.4 The server may consist of various managers that are assigned specific functions logically grouped together
and control access to the controller.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 660
TECHNICAL SPECIFICATION
5.1.5 The client PC shall be dedicated to act as a card issue terminal / system monitoring and administration
purpose. The client PC shall have GUI capability and various configurable parameters.
5.1.6 The system shall have the modules that connect the node controllers on TCP/IP or Rs-485, scans all the units
defined for any events / alarms, and downloads any settings configured by the operator.
5.1.7 The ACS shall be designed and configured in such a way so that single point failure will have no degradation
in overall functionality.
5.1.8 The system shall create and maintain a master database of all cardholder records and all system activity for
all connected points for site.
5.1.9 The system shall collect and process status information from all monitored points.
5.1.11 The system software shall supervise all input point circuits.
5.1.12 Software package for an ACS (Access Control System) shall run under Microsoft windows latest verion of the
OS.
5.1.13 The software shall be provided on a CD-ROM/DVD with all software required for an integrated access control
alarm monitoring system including video imaging / photo ID system. The CD ROM/ DVD shall contain online
manuals and full hard copy documentation. Language support shall be available in English.
5.1.14 It shall be the responsibility of the installer to ensure that the hardware and software solution using the PC
specified, meets the standards and performance criteria as set in this bid.
5.1.15 Minimum specifications for ACS computer, also mentioned elsewhere under hardware requirement shall
meet.
5.1.16 ACS Software shall be integrated to Marketing and Pipeline Time management servers for seamless data
transfer to as per provision of protocol. Protocol shall be shared with TAS vendor during detailed engineering.
Data pushed to Servers shall be highly encrypted and only IOCL administrator has the rights to view.
5.2.1 Cardholder Report – including all fields from the cardholder record
5.2.2 Access Level Report – lists all readers and corresponding time zones for each access level.
5.2.3 Time zone report – listing all users defined time zone parameters.
5.2.4 Event Trigger and Action Report – listing all user defined trigger event sequences
5.2.5 Alarm History Report listing the alarm history filtered by alarm input point name, start / stop date and time.
5.2.6 Transaction History Report with the ability to filter by any of the following parameters
i. Cardholder name
ii. Cardholder card number
iii. Card Reader name
iv. Start date/ time and end date /time
v. Access Level
vi. Transaction type System restart / controller tamper alarm / Gate /Door open alarm/ forced Gate/ Door
alarm/ Duress alarm & Trigger Event Alarms.
5.3 Time & Attendance
ACS software shall have features for Time & Attendance functionality which shall include but not limited to
the following
5.3.1 ACS software shall generate time and attendance reports in respect of a registered cardholder and/or a
group of cardholder based on the respective transaction history available with system database.
5.3.2 ACS software shall support incorporation of leave details, generate absenteeism details, overtime reports,
monthly attendance reports etc., based on cardholder details, their functional departments, duty roster,
assigned working hours, duration of working hours, time of the day, days & months of the year.
5.4 Passwords
The operator password function shall control the menu that the individual operator may access.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 662
TECHNICAL SPECIFICATION
5.5.2 Up to 10 time intervals, each defining the active days of the week (Monday through Sunday) with a start and
stop time during which the interval shall be active,
5.5.3 Any number of days of the year may be designated as a holiday, each defined as one of three holiday types.
5.6 Communications
Should a controller lose communications with the Host, the controller shall continue to control access,
monitor inputs for all connected points and perform all trigger events. Local history of all transactions shall
be buffered at the controller and automatically uploaded to the Host for alarm reporting and long term
historical storage once communications is re-established.
5.8.1 The ACS shall provide the capability to prevent more than one person from gaining access to a controlled
area by recognizing when a cardholder who is granted access is passing back the card to another person to
use the same card to gain access.
5.8.2 An alarm shall be generated if the cardholder violates the anti pass back rules.
5.8.3 It shall be possible to define on a reader-by-reader basis, which readers are subject to anti-pass back rules.
It shall be also possible to by-pass this capability if required.
5.8.4 System shall have capacity to designate any command key so that when it is used to enter an area it must
be used to exit that area before it can be reused for entry.
5.8.5 System shall have capability to manually or automatically reset the location of all command key’s pass back
status at any time.
5.9 Anti – pass back Modes
5.9.1 It shall be possible for the system to have following anti – pass back modes
• HARD mode Denies re-entry and reports pass back violation
• SOFT mode Allows re-entry but reports pass back violation
5.10 Cardholder Definition
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 663
TECHNICAL SPECIFICATION
5.10.1 The ACS shall provide the capability for the user to define Cardholders with the following identification and
operating parameters.
a. Cardholder name
b. Cardholder Address
c. Cardholder status of employee, visitor, contract labour, touring employees
d. Cardholder phone number and extension number
e. Validation period using start and end dates
f. Assigned access card number
g. Assigned access card issue level
5.11 Real – Time Transaction Monitor Window
5.11.1 A real time transaction monitor window shall be available for display on any ACS monitor screen. The real
time window shall display the following transactions as and when they occur anywhere in the system:
a. All transactions
b. Valid card transactions
c. Alarm transactions - Each of these categories shall be set to display during selected time zones only.
5.12 Controller software features
5.12.1 General
The purpose of this section is to highlight the software features that are preprogrammed into the Controller.
Controller shall have the capability to act as a standalone unit with but not limited to the software features
described below. Additional functionality and features may be added by networking system through the Host.
5.12.2 Database
Database shall store all user operating data and handle event reporting for all possible attached devices, and
shall contain memory capacity for the following
a. Users with unique ID Minimum 6000 expandable to 30,000.
b. Access Codes: The access code (card profile) shall define where and when the key holder will be granted
access.
• Number available 1 per card
• Time period capacity 99 time zones with periods.
• Definable time periods Time of Day, Day of week, and Holidays.
c. Day schedules 8 (1 for each day of the week and 1 for holidays)
d. Time intervals 128 (16 transitions in each day schedule)
e. User-definable holidays up to 30.
f. Transaction buffer Minimum of 6000 expandable to 30,000
6.1.1 All employees, dealers, contractors & contract labours entering the locations shall be enrolled for biometric
authentication. Location shall be provided with an encoder and smart card programmer, connected to
application, through the visitor management workstation. Each employees personnel details, photograph &
finger print shall be captured at location and shall be stored in the server. The visitor management server
will be shared with the access control server thus avoiding requirement of an extra server.
6.1.2 Employees & contract labour will be categorised based on locations, designations, zones, shift and any other
parameter specified. These parameters shall be used to configure external and internal access, across various
zones with the location.
6.1.3 In case of casual visitors, the visitor registration process at the security check shall capture the visitor details,
image & the image of the visitor’s ID proof document (Driving licence/ PAN card/ Voter’s ID Card). A gate
pass (Visitor pass) shall be printed containing the visitor details, name & details of the host and the visitor
photograph. Security room shall be equipped with web camera and printer. The visitor shall also be given a
smart card for gaining access to the facility.
6.1.4 For visitors & labourers etc, ID badge shall be prepared at the ID Badging station. Photo images of such
persons may be added to their ID badges. The photo images shall be captured by Web camera and embedded
to individual record by transfer through the PC.
6.1.5 It shall be possible to print the badge with or without photo images on plain paper with ordinary printers /
colour printers if required.
6.1.6 Laser Printer to be provided to print the badge with photo image.
6.1.7 Any authorize employee can create visitor appointment through his own machine.
6.1.8 At Security check in, card and/or visitor pass can be generated.
6.1.9 Authority should be issued to allow/deny Access to particular door/doors for different visitor and different
controllers.
6.1.10 The VMS should assigns specific time period (minute, hour, day, month, year) for which the visitor card
remains active.
6.1.11 It should be possible to generate all types of reports to trace the visitors location and other entry / exit
details based on visitor issued card number or visitor details.
6.1.12 Visitor management system should send the SMS / E-mail to employee whom the visitor came to meet. The
sms / E-mail gateway will be provided by IOCL.
6.1.13 Visitor should be able to apply for visit pass online through a Web Page, Mobile Application or at Site KIOSK
with upload of all his required documents / photographs & apply to desired host.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 666
TECHNICAL SPECIFICATION
6.1.14 On raising the request the host must get a mail/sms stating new visit request, & host (person to be visited by
visitor) must be able to login from the web portal & approve the visit after document verification.
6.1.15 Post host verification same request shall be escalated to 1 additional level if required & then to SECURITY
INCHARGE.
6.1.16 After SECURITY INCHARGE review & approval, a mail shall be sent to the visitor informing about the visit
confirmation with the Gatepass in mail & appointment or visit id in sms.
6.1.17 Visitor must carry the print out of the pass to the facility during the visit & on valid authentication through the
QR code/OTP and frisking of visitors by security personal, details of the visitor must be popped up on the
screen. On valid authentication, security will then register the visitor on the biometric device or issue smart
card & assign the rights for valid access areas.
6.1.18 Alternatively visitor pass can be issued at the time visitor report to office.
6.1.19 If the visitor is unable to register online for visitor pass, host can raise request from their portal directly &
follow the same validation process.
6.1.20 It shall have facility to be integrated with web/digital camera, digital signature storing facility, and smart
card/biometric registration process. Visitor Management System shall integrate Access Control System to
provide access rights to the visitors to particular doors / entrances. The visitor can enter to the area where
they are authorized.
6.1.21 E-MAIL Module shall be part of the system for sending email to Host for visitor alerts, Various Appointments
etc.
6.1.22 SMS Module along with required hardware for Mobile Verification & Visitor Intimation shall make part of VMS.
6.1.23 Visitor Management System shall generate the following reports but not limited to:
A. Scope of work
1. Control room is a significant place where critical operations/monitoring takes place. Hence it is
imperative that it is designed properly in terms of aesthetics, safety, ergonomics and functionality.
Various aspects shall be considered while designing control room area to create ideal workplace,
considering physiological aspects such as line of sight and field of vision and cognitive factors such as
concentration and perceptivity as per ISO 11064.
2. The scope of the project includes designing; engineering, supply & installation of 24X7 mission critical
control centre interiors. Being a project of national repute this state-of-the-art facility & all its
components like ceiling, flooring, panelling/partition, glass partitions, ceiling light & luminaire’s
electrical etc. shall look integrated and therefore it shall be treated as a part of one single solution i.e.,
Control room interior solution provider. Bidder to submit MAF (Manufacturer's Authorization Form) from
professional Control Room Interior Solution provider.
3. To ensure an integrated solution, to qualify as per the international control room design & safety norms;
Bidder shall bring one single professional control room interior solution provider on board with an
experience of atleast twenty control rooms interiors. Corresponding purchase orders/work orders and
their appreciation/completion letters to be submitted for acceptance.
4. It is mandatory for the bidder that the control room interior solution provider supplies all elements &
executes all the activities at site like ceiling, flooring, panelling, partitions & illumination to avoid
interface & quality related issues.
5. All the certificates and reports mentioned shall be submitted by the bidder.
6. In broad, the scope of work and supply shall consist of the following parts
6.1. Interior Design, engineering of Control room.
6.2. All related services for supply, installation & testing.
6.3. Ergonomic compliance report as per ISO 11064.
1.1 Factory made removable type self inter lockable metal panels with front sheet of preformed textured
hot dip galvanized sheet with rigid polyvinylchloride (PVC) film on one side and on the other side a
coating to avoid rust (sheet thickness 0.6mm & PVC coating atleast 0.11mm). The back cover of the
panel shall be made up of 0.6mm thick CRCA/GI sheet of approved colour. The panelling design shall
comprise of specially designed combination of perforated and non-perforated panels through CNC laser
cutting, bending & punching. Panels shall be designed to achieve shape and design as per the design
consultant and shall be fixed using GI/CRCA hook fitting on structure. Overall system thickness for
panelling shall be 60mm to 90mm and for partition shall be 70mm to 120mm.
1.2 Panel shall comprise of perforation for making the cladding and partitions acoustically sound.
1.3 Tiles Perforation – To achieve acoustics without deteriorating the aesthetical appeal of the control room
it is necessary that the wall panelling shall have micro-perforations (less than 1.6mm diameter each) all
over the surface with a density of 5000 holes per square feet. UL audit certified design feature on
modular wall panelling tile having clean perforations and providing smooth finish on front fascia of tiles.
The tile shall have 5000 holes per square feet on front side of the tile. Valid UL audit certificate to be
submitted along with the technical bid.
1.4 As per design, panel shall comprise of perforation for making panelling and partitions acoustically sound.
Acoustic grade fire retardant fabric (minimum 1mm thick) will be fixed (on the back side of perforated
tiles) at some parts of the control room facility.
1.5 There shall be possibility of wide variety of colours and images to be used on the wall elements to give
the aesthetic and state of the art look to the control room interior.
1.6 Panel design to support proper integration of large video screen.
1.7 Gluing, screwing, ACP (Aluminium composite panels), Paint, Fabric, Gypsum, Wooden laminates shall be
deemed unacceptable in control room interior.
1.8 Structure shall allow uninterrupted flow of wires/cable/tubes of maximum diameter 25mm.
1.9 Panel shall be designed in such a manner that it takes care of undulation of walls and gives perfect flat
surface finish and compile easy service & maintenance procedure.
1.10 To provide acoustically superior environment and ensure proper attenuation of airborne sound, it is
necessary that the sound transmission class (STC) value of wall panelling and partition shall be 35
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 670
TECHNICAL SPECIFICATION
(According to IS: 9901 (Part III) – 1981, DIN 52210 Part I- 1989, IS0: 16283 (Part I) -2014, test report to
be submitted along with the technical bid.
1.11 The modular metal panelling shall comply to the lead-free directive to ensure restriction of hazardous
substances so that the final product does not contaminate the environment. The final product i.e.,
modular metal panelling does not contain hazardous substances and we give a healthy life to our coming
generations it is necessary that the modular metal panelling system shall be RoHS certified/tested (from
UL / Intertek). Valid certificate/test report to be submitted along with the technical bid.
1.12 From fire safety point of view the metal wall panelling tiles shall be class A fire rated as per the norms
of comparative measurements of surface flame spread and smoke density measurements with that of
select grade red oak and fiber-cement board surfaces under the specific fire exposure conditions. The
proposed wall panelling tiles shall be Class A certified/tested as per ASTM e84 (from UL/Intertek) for
surface spread of flame and smoke generation. This is mandatory to ensure that the materials used in
the interiors do not provoke fire. Valid certificate/test report to be submitted along with the technical
bid.
1.13 Seismic safety of user & control room equipment is a prime concern area. The metal panelling shall
sustain the seismic vibrations as per design spectrum IS 1893 for zone 4 or better vibrations. The test
shall be carried out by authorized government agency. Test Report to be submitted along with the
technical bid.
1.14 The wall panelling shall be robust & strong enough to sustain the routine loads/minor impacts of typical
control room environment. The wall panelling/partition structure shall have UL audit certified feature
of Load bearing capacity of 300 Kgs to hold any display unit on clamp having minimum length of 750mm.
Valid UL audit certificate to be submitted along with the technical bid.
1.15 As control room is a mission critical area and in an unlikely case of damage to the existing wall panelling
tiles the same shall be replaceable within 20 seconds and thereby preventing loss of time of operators
and ongoing operations. UL audit certified feature of modular wall panelling tile having secure locking
arrangement for equidistant mounting. Locking arrangement enables easy replacement without using
any tool within 20 seconds. The feature shall provide easy flexibility of locking all tiles in one column
through gravity. Valid UL audit certificate to be submitted along with the technical bid.
1.16 Design
1.16.1 The cladding panels shall be made up of combination of two sheets locked and riveted together and
polystyrene shall be used as infill to achieve strength and acoustics. The front tile (PVC pre-coated metal
sheet) shall be perorated/ non-perforated as per the design requirement and the back tile (Powder
coated 0.6mm CRCA steel sheet and powder coating thickness 0.06mm to 0.09mm) shall be designed in
such a manner that it fits on the back portion of the front tile. Once the tiles are assembled then these
will be riveted. These tiles shall be bent through CNC, machine punched & laser cut to achieve perfect
accuracy.
1.16.2 Structure shall be made from modular, heavy-duty powder coated CRCA frame (minimum sheet thickness
1mm) and shall allow uninterrupted flow of wires/cable/tubes of maximum diameter 25mm.
1.16.3 Structure shall be securely connected from wall, roof and floor. It shall be made up of minimum 1mm
thick vertical slotted rolled C sections (Upright) and horizontal rolled ‘C’ connectors. Grid of desired
dimension shall be formed by vertical and horizontal sections having 20 to 50mm pitch.
1.17.2 Rigid PVC / Panel material shall provide better thermal and electrical insulation. It shall be non-
reflective/glare free and be eligible for food contact.
1.21 Panel
1.21.1 The panels shall be hooked on the uprights.
1.21.2 Panels shall have metal hooks
1.21.3 The hooks of the panels shall have a length of minimum 90mm (for the upper hook) and 80mm (for the
bottom hook). So that these panels are firmly held on the uprights.
1.21.4 The panel shall have hook in arrangement (With gravity lock).
1.23 Feature
1.23.1 Raw material for tile & powder coating shall not affect environment.
1.23.2 Colour shall not fade over 10 years
1.23.3 No sagging
1.23.4 Easy and quick installation
1.23.5 Low cleaning effort
1.23.6 Vendor to demonstrate one portion at wall panelling & ceiling at their premises before dismantling &
shipping to site. In short, a FAT (Factory acceptance test) to be carried out at vendors works for ceiling
& panelling
1.23.7 100 % modular design. At site, no cutting, chipping work is allowed.
1.23.8 The tile shall be bend resistant.
the interiors do not provoke fire. Valid certificate/test report to be submitted along with the technical
bid.
2.7 Seismic safety of user & control room equipment is a prime concern area. The metal panelling shall
sustain the seismic vibrations as per design spectrum IS 1893 for zone 4 or better vibrations. The test
shall be carried out by authorized government agency. Test Report to be submitted along with the
technical bid.
2.8 The wall panelling shall be robust & strong enough to sustain the routine loads/minor impacts of typical
control room environment. The wall panelling/partition structure shall have UL audit certified feature
of Load bearing capacity of 300 Kgs to hold any display unit on clamp having minimum length of 750mm.
Valid UL audit certificate to be submitted along with the technical bid.
2.9 As control room is a mission critical area and in an unlikely case of damage to the existing wall panelling
tiles the same shall be replaceable within 20 seconds and thereby preventing loss of time of operators
and ongoing operations. UL audit certified feature of modular wall panelling tile having secure locking
arrangement for equidistant mounting. Locking arrangement enables easy replacement without using
any tool within 20 seconds. The feature shall provide easy flexibility of locking all tiles in one column
through gravity. Valid UL audit certificate to be submitted along with the technical bid.
2.10 Structure shall be made from modular, heavy-duty powder coated CRCA frame (minimum sheet thickness
1mm) and shall allow uninterrupted flow of wires/cable/tubes of maximum diameter 25mm.
4. Doors
4.1 12mm thick Frameless tempered clear glass door with fittings (Single / Double Doors): - With door
spring and locking arrangements and both way handle and patch fittings.
4.2 Metallic Door (Single / Double Doors): - With door hinges and locking arrangements and both way
handle. Prepare with rigid thermo fused film metal panels. Specification: 0.6mm thick Metal panel
sheets, internal cavity filled with adequate quantity of honeycomb. Material of the partition and that of
metal door will remain the same. Material of the partition and that of metal door will remain the same.
The door thickness shall be minimum 45mm and frame thickness shall be minimum 115mm.
5. Ceiling
5.1 Baffle ceiling
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 674
TECHNICAL SPECIFICATION
5.1.1 The baffles shall be made up of CRCA powder coated sheet. These baffle planks shall be bent through
CNC to have dimensions as 80X50mm or as per the design approval or as per EIC approval.
5.1.2 Centre to centre distance shall be minimum 150mm.
5.1.3 To ensure restriction of hazardous substances; so that the final product does not contaminate the
environment and we give a healthy life to our coming generations it is necessary that the metal ceiling
system shall be RoHS certified (from UL / Intertek). Valid certificate/report to be submitted along with
the technical bid.
5.1.4 It is well known that metal is resistant to fire as compared to wood & fabric. However, from fire and
safety point of view, to ensure that the used material is not subjected to any kind of surface treatment
which provokes fire. The proposed ceiling tiles shall be class A certified as per ASTM e84 (from UL /
Intertek) for surface spread of flame and smoke generation. This is mandatory to ensure that the
materials used in the interiors do not provoke fire. Valid certificate/report to be submitted along with
the technical bid.
5.1.5 Specifications (Finish and component details)
5.1.5.1 Ceiling Baffle tile: minimum 0.7mm thick CRCA Powder Coated sheet.
5.1.5.2 Carrier made of 0.60 mm CRCA steel sheet, powder coated to matching baffle colour or black as
directed by the Customer. Ceiling to have arrangement to fix, hang and lock the baffles of required sizes
and at required intervals. the size of punched carrier would be 35x20x35mm bent channel with holes for
suspension and fixing secondary channel.
5.1.5.3 The baffles top edge will have a flange of 5mm to fix in the carrier profile.
5.1.5.4 Mother C Channel: minimum 0.8mm thick CRCA steel Sheet with Laser cut profiles.
5.1.5.5 Suspension: The carriers would be placed at every 1200mm (maximum) and suspended by means of a
secondary angle, channel fixed to the carrier at every 900 to 1200 mm and this secondary member in
turn would be suspended by 8mm rod fixed to the slab by means of 8mm diameter, dash fastener.
5.1.5.6 Top Clamp: 1mm thick CRCA steel Sheet for holding the threaded rod.
5.1.5.7 End Cap: minimum 0.75mm thick CRCA Powder Coated sheet. End cap similar to main ceiling baffle.
5.1.5.8 Entire structure will be in powder coated CRCA sheet.
5.1.5.9 Metal Strip where baffle planks will be hanged shall be sleek & sturdy.
5.1.5.10 Color: As per approval.
5.1.5.11 The ceiling shall have additional perforated sheet between adjacent baffles to conceal the above
ceiling services (HVAC & firefighting services) and enhance the aesthetic appeal.
6.1 MASTER LED tube integrates in Baffle Ceiling: - It integrates a LED light source into a traditional
fluorescent form factor. Its unique design creates a perfectly uniform visual appearance which cannot
be distinguished from traditional fluorescent. For those that are looking for value for money within
limited budget and re-lamping efforts for better light effect and lifetime.
6.1.1 Lumen Output - 2000 – 3000
6.1.2 Colour Temperature (K)- 3000 K / 4000K / 5700K / 6500K
6.1.3 LED’s life >25,000 hrs @ L70
6.1.4 CRI >70
6.1.5 Input Voltage Range (V) 150 - 270
6.1.6 LED Efficacy (lm/W) >150
6.1.7 Power Consumption (W) 20W to 32W
6.2 Round LED Lights: - High performance LED downlighter with high system efficacy for good quality and
uniform lighting. Conforms to general lighting norms for office and other indoor applications.
6.2.1 Colour Temperature (K)- 3000 K / 4000 K / 5700K
6.2.2 LED Efficacy (lm/W) – 100 to 160
6.2.3 CRI >70
6.2.4 Power Consumption 6W to 24W
6.2.5 LED’s life >25,000 hours @ L70
6.6 MCBs
6.6.1 For the control and protection of low voltage installations against overload and short circuits.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 676
TECHNICAL SPECIFICATION
7. Flooring
7.1 Designer acoustic flooring
7.1.1 To avoid distraction of operators because of unwanted noise generated from movement of chairs/people
in the control room it is necessary that the proposed flooring shall damp such impact noises. Acoustic
flooring (shall reduce impact sound by 14dB (ISO 717-2)). It shall be twin-layer linoleum built up from
minimum 2mm acoustic laminate and a 2mm corkment backing. Flooring shall be decorative type of
approved shade, pattern, texture and design and of approved manufacturer. Dimensions shall be as per
the final approved design and site requirement. Flooring shall be laid over concrete floor with laying
compound strictly as per manufacturer’s specification.
7.2 Granite Stone for floor Highlighter/steps in required design and pattern, with 12 mm (average) thick
cement mortar 1:3 (1 cement: 3 coarse sand) laid and joint with white cement slurry including pointing
with white cement slurry admixed with pigment of matching shade as directed by the Engineer-in-
Charge.
8. Designer Privacy film for glass partitions & glass door: - The film to be installed on clear glass to
provide the look of sandblasted glass.
Stainless Steel 3D Logo as per the site requirement (Maximum Size 1200mm X 900mm). Ensuring durability
and smooth polish finish. The 3D Logo should be visible because of its three-dimensional features and
these can withstand adverse weather conditions.
1.1. The Contractor shall be responsible for selection, design, engineering, manufacturing, testing at
manufacturer's works/ site, erection, installation and commissioning of public Address system
meeting the intent and functional requirement of specifications.
1.2. The Bidder's scope -shall also include successful demonstration of performance testing specified
herein complete in all respects. All the items, including public Address system erection hardware,
racks, cables, cable trays, conduits, etc. As required, for the proper installation (confor ming to
IS:1881, IS:1882) to make the IP based PA system complete and functional are under Contractor's
scope on as required basis.
1.3. Indicative layout is provided for location of instruments in terminal. However vendor has to prepare
and submit the same for information to IOCL before execution of the work.
1.4. The system shall be designed as standalone IP based network architecture. The system shall be based
on centralized control together with distributed nodes permitting speech broadcasts and ~pre -
recorded messages /alarm tones etc. The complete system is divided into zones. The PA system shall
be designed such that no single failure shall disrupt the availability of complete system. The network
switches in PA system shall be connected employing ring topology. A redundant server will cater to
all zones of the terminal.
1.5. The carrier system shall be based on Voice Over IP, extended to provide IP communication across the
complete PA system. The call stations and standalone amplifiers shall be individually IP addressable.
Any conversion of the analog field call station to IP mode by separate attachment of the intelligent
module/ unit shall not be acceptable. Each call station should be able to selectively call another call
station without manual intervention of any other equipment. The design shall be such as to provide
highly intelligible full duplex voice communication even in areas of high background noise (up to 80
db).
1.7. ZONING
1.7.1. The various areas shall be divided into zones and the PA system shall be designed to
make zone wise announcements. The zoning shall be flexible and will be designed to meet
the geographical layout of the various buildings. The PA system shall be able to make
selective and preset group announcement, live paging and emergency broadcast to all
zones from any of the call station. The PA system shall deliver clear, un-distorted paging
to all zones, either individually or collectively. Selection of groups of zones shall be
programmable. Various PA zones are listed in the below mentioned table
S. ZONE Area
No.
1 ZONE1 Tank Farm Area- Dyke -II, III, IV
2 ZONE2 Tank Farm Area- Dyke -I and Product Pump house
3 ZONE3 ETP area
4 ZONE4 PMCC ,Control room, QC lab, Car Parking & Admin
Building
5 ZONE5 TLF area, Fire pump house
6 ZONE6 TT Parking area, Material stacking yard
1.8. Desktop Call Station Desktop Call Station shall support facilities for an operator to execute
routine or emergency zone wise announcements, and initiate and terminate prioritized alarms.
Panels shall provide status information on panel and external operations, and system health.
Operator facilities shall be selected from a features list to meet a customer’s specific
operational requirements. The desktop call station shall be provided in with following features:
a. zone select push button/ alarm push button, emergency push button for the desktop
call station located in the S&D Cum Control Room.
b. System status LEDs required for power indication, zone indication and to indicate
status of call station.
c. Weatherproof enclosures
d. Various speech buttons
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 679
TECHNICAL SPECIFICATION
PA system shall have paging mode which shall be open line, common talking type. Paging
mode shall be used for locating a person and for general instructions. Whenever the
„Press to page‟ push button is pressed on any of the desktop call station, a pleasant
chime shall be broadcast over all the loudspeakers for that specific zone to attract
attention. Announcement in paging mode shall be heard over all loudspeakers for that
specific zone. Unless requested to be routed through the central exchange,
announcements / communication within a zone shall not be audible in other zones. The
Emergency announcements shall be routed through all zones without any selection.
1.11. INTER ZONE COMMUNICATION
A dedicated analogue IP system shall be provided for parking area and the
announcements shall be made from the admin building which shall comprises of
✓ Microphone
✓ Analogue amplifier with volume control
✓ Horn type outdoor loudspeaker
1.12. LOUD SPEAKERS
Loudspeakers shall be located such that various areas within project are provided with
an adequate level of sound coverage where alarm tones and emergency announcements
are audible. Indoor loudspeakers shall be acoustic & aesthetic in design suitable for
plant, housed in sturdy metal brackets for ceiling / wall / column mounting with required
standards of approvals. Physically, loudspeakers shall support zones where one or more
circuits can be partitioned into a zone. Each loudspeaker shall be connected to the
central exchange / digital controller for amplification and control/ monitor functions.
Loudspeaker circuits shall be supervised using line monitoring equipment from admin
building. The loudspeaker shall have 100V line transformer with multiple wattage taps.
The CONTRACTOR shall ensure 20 dBA above ambient noise audible level for the areas
to be covered in the plant area. Ring type ceiling mounted loud speakers shall be provided
for the false ceiling area and wall/ column mounted loudspeakers shall be provided in
the office/ room area. Wall / column mounted loudspeaker shall be provided in the outside
the building area which is identified as safe area and hazardous area.
1.13. AMPLIFIERS
The main function of the power amplifier is the amplification of audio signals for the
loudspeakers. Centralized amplifiers shall be provided in Control Room. The system shall
be also provided with redundant amplifier, in case of power amplifier failure the system
will be able to monitor, detect and change over to the standby amplifier immediately
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 681
TECHNICAL SPECIFICATION
and automatically to ensure continuous operation at all times. Capacity of the redundant
amplifier shall be decided on maximum number of loudspeakers provided for a zone and
20% spare capacity. Digtial Amplifiers located in Control Room shall be solid state, class-
D type, fully conforming to equivalent international standard. It shall have selectable
output voltage. Amplifier located at the gate building shall be of Digital type. Amplifiers
shall have 0-100% volume control setting. With facility for coarse and fine setting along
with following controls:
✓ Input sensitivity control.
✓ Receiver volume control.
✓ Bass cut filter.
✓ Anti-side tone control feature.
The Amplifier modules shall housed in the 19” centralised amplifier rack in the Control
Room. Amplifiers shall be designed/ loaded such that each amplifier shall have 20% spare
capacity for each zone so that to drive all loudspeakers during an emergency without
overloading.
The central controller shall be server based having associated circuitry for call station
identification and of modular design. This central controller shall consist of all the
necessary control hardware, required for operation, monitoring, protection, indication,
switching, testing, measurement of all the voltages and load conditions of the entire
system, facility for checking of the operation of all the stations and quality of speech
from speakers. The LCD indication & integral engineers test section shall provide visual
indication of system status. The system shall have various types of interfaces as RS232,
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 682
TECHNICAL SPECIFICATION
Ethernet and control inputs/outputs for interfacing with other systems like Fire
Detection and Alarm System. The central controller shall be enclosed in a freestanding
cabinet to be located in Control Room; all the cable entries shall be from bottom only.
This shall be able to cater all the specified zones along with the ability to interconnect
at least 5 more zones for future expansion. Access to the PA systems to make zone wise
announcements shall be possible from call stations located at the Control room.
PA system shall have a comprehensive built in diagnostic test feature so that the status of the
system can be monitored. Circuit failures shall be reported on the display of the System
Controller at PA rack and on the operator’s control sets, and reported remotely from PA rack
through Soft communications (Modbus/OPC/Ethernet etc.). The system monitoring functions shall
include system controller alarms, power amplifiers alarms, power supply alarms; speaker loop
alarms and communication alarms between the various system equipments etc. to have
complete diagnostics.
PA rack shall be fully configured locally through the relevant System Controller basedon its
operating system. Furthermore, a full events log shall be provided at PA rack (including
broadcasts, alarm activations, diagnostics etc.), automatically stored in the relevant System
Controller.
The system shall provide the facility for monitoring speaker loop status. Automatic setting
procedures shall be able to be programmed in order to check all output line conditions.
Speaker loop monitoring shall utilize two wires, using the same 100V speaker line, which
provides trouble-shooting of the individual speaker loops. The system shall provide facility for
detection of speaker line earth leakage and for detection of speaker line impedance deviation
(open or short circuit detection).Sameshall be made available in DCS. The network controller
shall manage the operation ofthe system such as, detection of the user keys being depressed,
routing of the microphone and attention signal tones, setting of the priority levels and
switching ofthe loudspeaker volume control override circuits. It shall also act as the 'watchdog'
forcontinuously checking the system hardware.
The Software for PA system shall be configured from the operator station in Control Room:-
✓ The configuration software can be used to configure all system parameters.
✓ The software shall be designed to allow even first-time users to navigate through the
configuration and to enter various parameters of the system.
✓ The configuration software shall ensure that if the installer follows the sequence as displayed
on the menu, there will be no chance of missing any of the configuration items.
✓ The software shall enable the user to find details of any status changes in the system.
✓ The same software shall also be used to display call status in either text or graphic form.
Desktop Call Station shall support facilities for an operator to execute routine or emergency zone
wise announcements, and initiate and terminate prioritized alarms. Panels shall provide status
information on panel and external operations, and system health. Operator facilities shall be
selected from a features list to meet a customer‟s specific operational requirements. The indoor
desk-top mounting type call station shall have a degree of protection of at least IP-32. The desktop
call station shall be provided with following features:
o Zone select push button/ alarm push button, emergency push button for the desktop call
station located in the Control Room.
o System status LEDs required for power indication, zone indication and to indicate status
of call station.
o Weatherproof enclosures
o Various speech buttons
o Gooseneck microphone/ noise cancelling microphone
o Whenever zones are selected for public addressing, a chime shall be heard followed by
the announcement
o An LCD display shall be available for alphanumeric user-friendly message during call
initiation, call recognition etc.
The outdoor wall/column mounting type call station shall be dust-tight and weather proof, with
appropriate protection against direct rain, ingress of dust and moisture conforming to IP-65 degree of
protection as per IS/IEC:60947-1, outdoor wall/column mounting type. Call stations and their
components shall be capable of continued satisfactory operation at an ambient temperature at 55
Deg C. The microphone shall be dynamic noise cancelling type andanti-side tone control facility shall
be inbuilt. The field call station shall be provided with following features:
o 4 direct connections shall be available for direct dialling / selecting the zone.
o All Field call stations must have inbuilt dial pad for communication with other call
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 685
TECHNICAL SPECIFICATION
PA system shall be interfaced with the Fire Detection and Alarm System panel located at Control
room for informing the occupants in case of any fire situation and giving directions for safe
evacuation. Pre recorded messages shall be automatically transmitted on programmed events. In
case of emergency, signal from the detector/ device shall be provided to the respective fire alarm
control panel (FACP). The same signal will be replicated in the master FACP located in the control
room. Evacuation signal shall be provided to the loudspeakers located in that respective area
through the activation of thecontrol relay module dedicatedly provided for that PA zone. These
control relay modulesshall be connected in one of the loop of master FACP. Separate control relay
modules shallbe provided for each of the PA zones. Contact from each relay module shall be hard
wiredto the network controller located in the admin building.
Motor operated siren shall be provided for shift timing sounding. The siren shall be locatedabove the
admin building. Siren controller shall have real time facility to set alarms. Sirenshall get activated
minimum for 10 seconds whenever there is a change/ start/ end of working shift. The controller
for the siren shall have facility to set/ reset/ adjust time duration. Siren shall have multiple tones/
sounds which can be used as per requirement.
Notes - Time shall be synch with SAP server timing. Vendor shall follow the attached QAP strictly.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 687
TECHNICAL SPECIFICATION
Suggestive location of field call stations & loud speaker shall be as per the drawing and BoQ.
Sl.
Documents
No.
Notes:
1. 4 hard copies & 1 soft copy shall be supplied for approval after order within 4
weeks from the date of LOI.
2. 4 hard copies & 2 soft copies shall be submitted as final documents prior to
dispatch of theequipment. These shall be made in sets and supplied in fine plastic
coated folder.
Y- Yes , N-No
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 688
TECHNICAL SPECIFICATION
1. GENERAL
1.1. Digital network controller, CD/ music player and digital amplifiers shall be rack
mountable. Rack shall be floor mountable. Panels shall have a terminal block for
mainssupply as well as an earth bar for grounding.
1.2. The system should provide high quality voice to ride on top of any QoS-enabled IP
network infrastructure. System should be able to interoperate with commonly
available QoS capable infrastructure. The IP PABX shall be equipped for the
configuration/ interfaces/ ports as per the SOR / BOM.
1.3. The vendor shall evolve suitable trunking diagram and switching philosophy so that
probability of establishing the communication by any subscriber with another
subscriber located at the other end during busiest hour is better than 99.98%. The
equipment offered shall be capable of maintaining its guaranteed performance
when operating continuously for 24 hours a day and 365 days a year.
1.4. The exchange shall be housed in cabinets which shall be modular in nature and
capable of future expansions with field level upgrade without having to replace the
base unit/ systems. The system should have Universal ports for line/ trunk cards
wherein any peripheral card can be inserted in any slot of the peripheral shelf. The
system shall be 100% non-blocking.
1.5. The IP PABX system must support H.323 and SIP technology and should permit
management of communications between H.323 and SIP terminals, interoperability
between the H.323 or SIP terminal and the traditional telephony devices (IP,
analog, private or public lines).
1.6. The system should be full featured, modular, and expandable for port capacity.
The IP PABX hardware must be flexible in terms of capacity, system upgrade. The
system shall support VoIP functionalities. Traditional circuit switching should also
be possible with installation of requisite hardware.
1.7. The Central Processing Unit (CPU) of IP PABX should use 32-bit microprocessor or
higher.
1.8. The IP PABX shall be suitable for up to minimum 5-digit extension numbering
scheme. This numbering scheme should be flexible. System shall also allow mixed
numbering scheme (open & closed numbering).
The system shall support the following features and functions:
• Call transfer
• Call-forwarding
• Call pick-up
• Call waiting
• Call forward restrictions
• Call hold
• Call follow-me
• Class of service restrictions
• Flexible & User definable numbering plan
• Do Not Disturb
• Executive override
• Music on hold
• Multi party conference
• Executive-Secretary function
• Hunting groups
• Direct Inward System Access (DISA)
• Direct Inward Dial (DID)
• Direct Outward Dial (DOD)
• Automatic Alternate Routing (AAR)
• Automatic Route Selection (ARS)
• Malicious Call Trace (MCT)
1.9. The subscribers at the stations shall be on IP Phones / Digital Phones/ Analog
Telephones. The exchange shall have IP trunks as well as connectivity over E1
through STM equipment for inter station subscriber connectivity.
1.10. Bandwidth control- It should be able to assign maximum bandwidth on a location
ID basis to ensure consistent voice quality for IP Phones. The proposed system shall
facilitate user-friendly computer telephony integration (CTI). The system should be
able to restart automatically without human intervention when the external power
supply is resumed after complete power failure.
1.11. The system shall allow cancelling any facilities for any individual extension, facility
codes, numbering schemes, extension numbers, trunk group and trunk route codes
etc., shall be programmable at site as per requirement whenever required,
necessary Software & hardware are to be supplied for the same.
2. DIAGNOSTICS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 690
TECHNICAL SPECIFICATION
2.1. The IP PABX should also support Remote LAN access for centralized programming &
maintenance through NMS System.
2.2. There shall be on board alarms/ indications indicating the status/ health of the
system & cards. These alarms shall be provided to indicate the failure of the power
supply or any malfunction in the system. The fault indications shall be sufficient to
direct the maintenance personnel for location and rectification of the fault. The
diagnostic procedures shall be periodically executed and if any test failure is
encountered the same shall be reported through following interfaces:
• LED mounted on the respective card.
• Programming Terminal connected with exchange.
• CPU failure
• Power Supply Failure
• Trunk Failure
• Subscriber Card Failure
• Missing Cards from slots
• Other diagnostics etc.
3. IP PABX SPECIFICATION
7.1. Outdoor IP Telephones and associated equipment shall be Exd rated suitable for
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 693
TECHNICAL SPECIFICATION
installation in Zone 2, Gas Group IIA / IIB, Temperature Class T3 hazardous area
classification as minimum. Outdoor IP Telephones shall be equipped with:
• Acoustic Hood
• Sounder
• Flashing Beacon
• Junction Box
7.2. Acoustic Hood shall meet the following requirements as minimum:
• Material: lightweight fiberglass reinforced laminate
• UV resistant, corrosion resistant, hydrocarbon resistant
• Noise attenuation: up to -23 dB
• Color : Manufacturer Standard
7.3. Outdoor IP Telephones shall be connected via CAT6. Local junction box for each
outdoor IP Telephones shall be supplied complete with hardware and accessories
as required for telephone CAT 6 connectivity and power interface including but not
limited to POE injector, circuit breakers and Terminal blocks. Media converter (FO
to CAT convertor) shall be installed inside the Junction boxes for the outdoor
telephones.
7.4. If fiber optic connectivity used scope of supply shall be including but not limited to
fiber optic splice cassette, fiber optic converter / interface, POE injector, circuit
breakers, and terminal blocks.
11 Dialling procedure
13 Aluminium/SS
Receiver
16 Receiver inset Dynamic receiver inset with stray field coil for
inductive coupling of hearing aids
19 Other characteristics
7.5. The system should be ventilated by conventional airflow. The exchange should have
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 695
TECHNICAL SPECIFICATION
7.6. The equipment will be immune to EMI/ RFI interference generated by any other
nearby source and will not cause EMI/ RFI interference by either emission or
conduction to other electrical and electronic equipment collocated with the IP
PABX.They shall meet the latest international standards in this regard. The bidder
shall furnish details of the level of protection provided.
7.7. IP Phones health check function- By performing status checks against the terminals,
the system shall give itself an instant self-diagnostic. If it recognizes a fault among
the terminals, it immediately notifies the system administrator.
7.8. There should be fire-wall concept checking both the Source IP Address &
Destination IP Address as well as ISDN numbers at the WAN transition to ensure the
security of Data / VoIP packets. The above feature should be available without any
external additional hardware.
7.9. The IP PABX System shall conform to latest ITU (T) standards using field proven
microprocessor based design techniques for all processing and control functions.
The exchange shall be based on a robust, reliable, virus protected, IP based
platform for connecting IP phones, Digital phones as well as Analog extensions.
7.10. The PABX system shall be shall be sized initially for a minimum of 50 IP users with
additional 20% IP extension and 12 equipment analog subscriber loops. The PABX
shall be capable of being expanded without any change to basic hardware, (i.e.
racks, cabinets, distribution frame etc.), only by plugging more circuit boards or
modules.
7.11. The Telephone cabinet shall be supplied complete with all equipment and
accessories as required including but not limited to DATA switches / Access
switches with PoE, FOPP, FO converters, power distribution, etc.
7.12. All the switches for connection to IP phones shall be thru switch having Power over
Ethernet (PoE) capability.
7.13. The PABX system shall be interfaced with the PAGA system and LAN system.
7.14. In case the normal path IP network is down, the system should be able to get
connected to the remote system using alternate connectivity offering „No Single
Point of Failure‟. Approval of purchase specification does not absolve the
contractor from supplying equipment of proven design as per the specification.
8. ERECTION TESTING AND COMMISSIONING
8.1. All the equipment shall be tested at works as per the relevant standards. In case of
electronic cards, necessary burn out test shall be done and test certificate shall be
furnished. In case of cable, battery, battery charger, telephone instruments,
console etc. test certificate shall be furnished. Spares required for erection, testing
and commissioning should be supplier’s responsibility as this is a turnkey job
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 696
TECHNICAL SPECIFICATION
a. Insulation Test
b. Continuity Test
c. Simulation Test
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 697
TECHNICAL SPECIFICATION
RFID READER
Sl.
Description Requirement
No
1. Function To detect the RFID tag in vehicles and provide signal
to barrier gate for providing access to vehicles inside
the location
2. CPU ARM Processor
RFID TAGS
Sl.
Description Requirement
No
1. Function To be detected by the UHF RFID reader for providing
access to vehicles fitted with tags inside the location.
2. Memory 64 bit TID, 96 bit EPC, 512 user
1.0 GENERAL
1.1 Bidder shall engineer, supply, install, test and commission the Closed circuit television (CCTV)
Surveillance System at the Terminal/ Depot. The purpose of the CCTV System is to monitor
the facility operations & security surveillance from control room, security room & Terminal
Manager’s room to keep eye on facility covering gantry loading operation area of importance
to the daily running of the terminal by installing cameras to monitor resulting to enhancement
in the Operational & Safety needs.
1.2 It is intended to install CCTV system to track the Material movement, Recognition of persons
and objects including vehicles through high quality images in and outside the IOCL campus by
Security. The recording of the scene can be used in investigation, recreating the scene and
establishing the truth.
2.6 The CCTV System shall be based on a digital network solution that enables video, data and/or
audio streaming over an IP network. The proposed system should capture, store and analyze
Video images.
2.7 The cameras shall be provided with ID date/time stamp generators & create a tamperproof
records for post event analysis. System should facilitate multiple viewing of live and recorded
images and controlling of all cameras by the authorized users present in the CCTV LAN.
2.8 The selection weather proof or flameproof /Exd cameras shall be as per the hazardous area
classification. The cameras shall be designed to withstand all weather conditions, including
storm. The IP 66 or better rating and mounting details shall therefore taken into
consideration. Other details shall be as per data sheets.
2.9 Cameras locations shall be finalized based on site conditions like line of sight, maximum area
coverage & no blind spot/area etc. IOCL shall confirm areas of terminal to be monitored during
detail engineering. However tentative area of surveillance and type of cameras/light/poles
to be considered shall be as follows
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 701
TECHNICAL SPECIFICATION
3 Railway Siding -
✓ For locations with 2 spur unloading gantry with headers in between
Unloading
the spurs
• 2 nos. of varifocal box cameras at each end of the gantry/ siding.
✓ For locations with single spur unloading gantry
• To be covered with 2 nos. of PTZ cameras through presets. Camera
to be positioned on the side of the gantry.
4 Railway Siding -
✓ In case of single spur siding
Loading
• 2 nos. of PTZ in order to cover full length of the gantry through
presets.
✓ In case of two spur siding
• 1 no. of PTZ camera on the side of each spur.
5 Product Pump For each Pump House (Including TW)
House & Manifold
✓ 1 no. of Fixed FLP bullet camera (with motorized zoom) inside Pump
house shed - to be fixed at a place such that all the pumps are
covered
✓ In case of large pump house or layered Pump House, more than 1
camera may be used as per design requirement.
✓ 1 no. of fixed bullet camera (with motorized zoom)- 4K to be
positioned such that complete manifold is covered.
6 Licensed Area
✓ 1 no. of fixed bullet camera (with motorized zoom)- 4K to cover
Entry / Exit Gate
both gates OR
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 702
TECHNICAL SPECIFICATION
8 OWS
✓ To be covered by other cameras.
9 Oil Jetty
✓ 1 - 2 nos. of varifocal box cameras depending upon the jetty length
to cover the complete Jetty and its manifold. In case 2 cameras are
required to be provided, second can be a PTZ.
10 Control Room
✓ 1 no. fixed dome camera (with motorized zoom) in the operating
area.
✓ 1 no. of fixed dome camera (with motorized zoom) in the Panel
room.
11 Fire Engine Pump
✓ 1 no. of fixed dome/ bullet camera (with motorized zoom)
House
12 PMCC
✓ 1 no. of fixed dome/ bullet camera (with motorized zoom) in panel
area.
13 TT Parking Area
✓ 1-2 nos. of PTZ to cover the complete parking area.
14 TT crew rest room
✓ 1 no. of fixed dome/ bullet camera (with motorized zoom) inside TT
crew rest room to keep vigil on crew activities.
15 Main Entry/Exit
✓ 2 nos. of fixed bullet type (with motorized zoom)- 4k cameras to be
gate
positioned at cross angles before the main entry gate for effective
surveillance of movement of vehicles outside on the public road
parallel to main entry gate.
✓ 2 nos. of fixed bullet type (with motorized zoom)- 4k cameras to be
positioned at cross angles after/facing the main entry gate for
effective surveillance of the movement of vehicles inside while
entry/exit.
✓ 1 no. of fixed bullet type (with motorized zoom)- 4k camera to be
provided at checking and frisking path.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 703
TECHNICAL SPECIFICATION
nearby locations depending upon port availability is connected to the switches in hybrid
model.
2.11 Zone identification of the perimeter cameras has to be done sequential for easy monitoring.
Automatic intrusion warning shall be integrated with audio alert at all work stations i.e
Control Room, Security room and location in-charge room.
2.12 All Security Surveillance cameras & operational area cameras shall be connected with CCTV
system on two separate OFC /CAT 6 backbones i.e. there shall be two separate Loop – one for
security surveillance and other for operational area cameras. Based on the bandwidth
requirement per camera, the no. of cameras per loop shall be finalized including consideration
of 20% bandwidth for future addition of cameras by the vendor.
2.13 Bandiwdth calculation to be provided by the vendor for Network designed (available vs
required ) for following Network during engineering from OEM:-
a) Input sub-network – which includes cameras and servers.
b) Storage sub-network – which includes servers and storage device(s).
c) Output sub-network – which includes servers and client workstations.
2.14 The overall Video system shall be connected via a dedicated and secured LAN network and
shall be built using fiber optic & CAT6 communication cables utilizing standard TCP/IP
protocols.
2.15 CCTV Server shall be installed at Control Room. System shall allow the storage of time-lapse
and time stamped digital video images from all connected cameras. Video images shall be
stored on a RAID-6 or better hard-drive array unit with full watermarking and guarantees
against tampered images.
2.16 A further RAID hard-drive unit shall be installed on the CCTV LAN network at Control Room so
that a regular backup can be accomplished at pre-determined times. Provision shall be there
to take backup of data, event etc over external portable storage device.
2.17 The system storage should support continuous recording for all cameras at least for a period
of 90 days at a resolution of 1080p @ 15 fps (for 2MP cameras), 2160p @ 15 fps (for 4k cameras)
with H.265+/H.265/H.264/MPEG-4 compression format or better with video quality High. The
system should automatically overwrite the previously recorded video when it exceeds 90 days
without any human intervention. The system shall always have recorded video of last 90 days
at any given point of time.
2.18 The cameras should support dual streaming with two simultaneous programmable streams
used one for viewing and other for recording. Viewing shall be at 25 fps (min) and recording
at 15 fps at maximum resolution or as per direction of Engineer in-charge.
2.19 The video output from the NVR/Server shall be viewed through a dedicated LED Monitor
provided for the CCTV System. There should be DVD-R/W for memory back –up. A DVD library
has to be maintained for taking the back up of recorded video. The recorded DVD can be
played back in any location with the supported media player.
2.20 All interfaces within CCTV shall be based on TCP/IP network protocol connectivity over the
Intranet/LAN/WAN. The software shall facilitate viewing of live and recorded images and
controlling all cameras for 24 hours a day and 7 days per week local and/or remote monitoring.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 705
TECHNICAL SPECIFICATION
2.21 The system shall be able to select any cameras to any monitors. However, the system
administrator shall be able to control the viewing rights of individual users.
2.22 CCTV Monitor Size (LED) to be provided as per below:-
a) In control room:-Windows for all cameras should be available of single screen
of 300-400 cm2.
b) In location incharge room:-viewing window size should be prefreabley be
between 250-300 cm2.
c) In security cabin:-viewing window size should be prefreabley be between 150-
200 cm2.
2.23 System should provide inter-operability of hardware, OS, software, networking, printing,
database connectivity, reporting, and communication protocols. System expansion should be
possible through off-the-shelf available hardware. The system shall include a scalable
architecture with hardware expansion capability to support the selection, monitoring and
control of system devices possibly using simple user friendly GUI based maps, menus and
left/right mouse click commands.
2.24 The System’s server and its operating system shall be from the off the shelf available servers
and shall not be Propriety Hardware.
2.25 The System shall ensure that the video once recorded, can’t be altered, ensuring the audit
trail is intact for evidential purposes.
2.26 The System shall have facility of camera recording in real-time mode (25 FPS)/15/12.5/10 or
lower FPS as well as in any desired combination and system shall allow recording resolution
and frame rate for each camera be user programmable.
2.27 All cameras are to be connected in hybrid of ring and star topology. For the perimeter
boundary, all devices deemed necessary for implementing the Ring topology should be
considered. The ring should start from control room and should return back to control room
so that single point cable cut will not affect the system. Overall IOCL intends to have a hybrid
network topology for its CCTV system.
2.28 The System shall be designed such that any failure in the system shall not affect the normal
operation of the entire integrated system, the remaining system components shall continue
to operate with full functionality that is, no single – point of failure (SPOF).
2.29 The System shall have facility to send auto e-mail / SMS facility on predefined address/
number in case of specific user defined Alarms generated in alarm Audit file/Events file.
2.30 The System shall have original License copy of Operating System (OS), VMS and analytic
softwares and shall have lifetime license in favour of IOCL.
2.31 All software and firmware upgrades shall be free of charge. Vendor should upgrade the
software, free of cost in case new versions are released during the warranty and CAMC period
including Antivirus updation. Vendor should ensure backward compatibility with all the
hardware and other software at least for one generation, even if new versions of software are
released.
2.32 Offer CCTV system should have the capability of reading the number plate of Vehicle entering
in to the terminal without any alternation in number plate. These vehicle number needs to
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 706
TECHNICAL SPECIFICATION
be shared with TAS system for future requirement.CCTV vendor have to supply the software
without any additional cost if same is not part of VMS/Analytic software.
3.1.1 The CCTV central control equipment and video LAN server shall be installed in a standard
cabinet located in the Control/Panel Room. This cabinet shall also house all the termination
equipment required for the CCTV monitor and the interface equipment.
3.1.2 At each location, video signals and camera control signals from each camera shall be routed
directly onto a local Ethernet to a video unit via OFC/ CAT 6 backbone for video signals &
data. All cameras on each location shall utilize this Ethernet. This video unit shall also
control the zoom and alarm functions for each local camera. It shall also control the video
compression rates for recording and for transmission of the video data onto the LAN network
back to the central server at the Panel Room.
3.1.3 All equipments in field and with in office building shall be powered through UPS. Complete
cabling & cabling accessories are in the scope of bidder.
3.1.4 All the equipment offered shall be suitable for operation on (230V +/- 10%), 50 Hz +/- 5%
single phase power supply. Power for all the equipment will be made available through UPS.
If any equipment operates on any voltage other than the supply voltage and supply
frequency, necessary conversion/correction device for supply shall be included in the
respective item rates.
3.1.5 UPS power distribution system shall be provided with suitable isolators for isolation of each
equipment. The power distribution JB’s shall be supplied and installed by the Bidder.
Cabinets shall have one point connection for incoming UPS supply, with isolation in cabinet.
Further distribution inside the cabinet, other power supply units like 24 VDC and to the field
instruments related to the individual system shall be in Bidder’s scope.
3.1.6 UPS power distribution network shall be designed such that a single power fault in any sub
distribution system shall not cause a trip of the entire system. The power distribution system
shall contain the necessary isolation and auto switching and other measures to maintain the
system integrity if one feeder fails or develops a ground fault.
3.1.7 Surge protection devices shall be provided in input power distribution of UPS system. The
system shall be internally protected against system errors and hardware damage resulting
from electrical transient on power wiring, signal wiring.
3.1.8 CCTV cabling/JBs should not be laid/fixed on the boundary and should be laid above ground
for ease of maintenance, wherever there is a road crossover the cabling be done either
through culvert or above ground crossover structure.
3.1.9 All cables entries into the control room and Terminal manager room after laying and testing
of all boxes of cables etc. to be sealed by installing Multi Cable Transit (MCT) Blocks. All
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 707
TECHNICAL SPECIFICATION
works relating to the sizing, designing and installation of MCT Blocks is within the scope of
the vendor.
3.1.10 The scope is deemed to include all components, accessories and equipment required to
implement a fully functional CCTV system regardless of whether they are explicitly
mentioned or not.
3.1.11 All the equipment of CCTV should be of reputed make & on open platform and the software
should conform to ONVIF Profile S (Open Network Video Interface Forum) specification
guaranteeing interoperability between network video products regardless of manufacturer
which ensures exchange of live video, audio, metadata and control information and that
they are automatically discovered and connected to network applications such as video
management systems.
3.1.12 Bidder shall provide a CCTV cabinet of standard size to house the control room equipment,
Network Switches, Servers with Monitors, plug points etc. Bidder shall provide all the
interfacing hardware and software necessary with this equipment to enable control room
operators and maintenance personnel to monitor and control all cameras of the facility.
3.1.13 The CCTV cameras with video analytics installed at perimeter, PTZ cameras installed at
strategic locations, gate and access control and other installed at bay operating areas must
be done with suitable hardware/software compatibility duly integrated to pass online
information to the common command and control centre of the location.
3.2 Mounting
3.2.1 For fixed cameras for perimeter surveillance, poles of 10 m with cantilever arrangement of
3 m shall be provided. The LED lights to be provided at 8 m height at the end of cantilever.
The fixed cameras to be installed at height of 6m of the same pole with cantilever of 3m.
3.2.4 The civil works shall also be part of the works involved and as per the descriptions under
respective items of work. The scope includes supply and installation of required mounting
arrangement / brackets/ stands, poles with required foundation & accessories etc complete
in all respective.
3.2.5 Design, Supply, installation of poles as per site requirement to cover the entire area of
surveillance as envisaged / required from that particular camera. Actual height shall vary as
per the site-specific requirement as proposed by IOCL. The pole and foundation should be
designed for the wind and soil bearing capacity of site (self supporting type only). The design
of pole must be through Govt. Engineering College / NIT / IIT Approved. The successful
tenderer will submit the design for the super structure/ foundation, design calculation duly
certified by structural consultant.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 708
TECHNICAL SPECIFICATION
3.2.6 CCTV Camera shall be mounted on pole with stand/wall mounted/ceiling mounted with
suitable brackets including sun-shroud/canopy etc as per site requirement and direction of
IOCL.
3.3 Earthing
3.3.1 Each cabinet shall be provided with segregated earthing systems. Segregation shall be as
follows :-
➢ Electronic or Instrument earth - The instrument signal cable shields shall be connected to
the instrument signal ground earth bar.
➢ Electrical safety and cabinet steelwork earth - The safety-grounding from all doors, racks,
gland plates, poles and other metallic devices shall be connected to safety earth bar.
4.0 Documentation
4.1 Documentation to be submitted shall include but not be limited to schematic drawings of the
CCTV system with all the components shown, data sheets and catalogues of equipment
offered, and operation and maintenance manuals.
4.2 Submission of following Drawings, data and Manuals
4.2.1 Detailed literature/ catalogues giving full particulars. Principle of operation, range and
setting whether settings adjusting at site, colour, materials of equipment enclosures, degree
of protection and mounting details for all types of equipment offered.
4.2.3 Functional design specification explaining principle and operations of the complete CCTV
surveillance system.
4.2.5 Approved certificates obtained from competent authorities for use in hazardous
atmospheres (wherever applicable).
4.2.7 Training on system operation and maintenance for IOCL’s staff at the site to be provided.
5.2.2 Format for checking Installation of Equipment location wise as per approved layout, cabling
scheme etc.
5.2.3 Format for Functional checking of System performance & software functional checks as per
Tender document.
Specification for Server, NAS/SAN, OIC, Network components are minimum. Bidder to get the
same vetted from the CCTV OEM for proper functionality prior to dispatch. In case any up
gradation required to make it compatible with the offered system, bidder needs to provide the
upgraded hardware at no additional cost to IOCL.
HD IP PTZ CAMERA (2MP) - OUTDOOR APPLICATION
Brightness,Contrast,Saturation,Sharpness,Anti-
7 Image setting flicker,Exposure,White Balance ,WDR ,BLC,
Mirror, Flip,3D NR
10 Day & Night True Day & Night (Auto ICR / Color / B/W)
Weather protection, Outdoor Use IP66 or better, Camera and housing should be of
36
same make and integrated at factory.
Tentative Locations- In front of TLF/ TW shed, Tank farm area, Covering entire locations and
adjoining areas, Jetty etc, TT parking, Oil Jetty, Around perimeter for tracking of intruders.
Note: All PTZ cameras shall have inbuilt / Server based Video Analytics for Auto tracking feature for
intruder based on alarm inputs.
Surge/Lightening Protection in camera for POE line should be available internal or external meeting
the speicifcaiton of Ethernet SPD for POE Camera Protection part of SPD specification. If internal is
not available than same to be supplied externally without additional cost to IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 713
TECHNICAL SPECIFICATION
Day – 0.3lux
7 Min. Illumination Night – 0.05 lux
0 lux when IR LED ON
Brightness,Contrast,Saturation,Sharpness,Anti-
9 Image setting flicker,Exposure,White Balance, WDR,
BLC,Mirror,Flip,3D NR
10 AGC On / Off
Tentative locations- Control Room, FE pump house, PMCC, Security cabin, TT crew rest room.
Note: Surge/Lightening Protection in camera for POE line should be available internal or external
meeting the speicifcaiton of Ethernet SPD for POE Camera Protection part of SPD specification. If
internal is not available than same to be supplied externally without additional cost to IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 716
TECHNICAL SPECIFICATION
Weather protection, Outdoor Use IP66 or better; Camera and housing should be
31
of same make and integrated at factory
Note: Surge/Lightening Protection in camera for POE line should be available internal or external
meeting the speicifcaiton of Ethernet SPD for POE Camera Protection part of SPD specification. If
internal is not available than same to be supplied externally without additional cost to IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 719
TECHNICAL SPECIFICATION
10 AGC ON/OFF
Note: Surge/Lightening Protection in camera for POE line should be available internal or external
meeting the speicifcaiton of Ethernet SPD for POE Camera Protection part of SPD specification. If
internal is not available than same to be supplied externally without additional cost to IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 722
TECHNICAL SPECIFICATION
10 AGC ON/OFF
Note: Surge/Lightening Protection in camera for POE line should be available internal or external
meeting the speicifcaiton of Ethernet SPD for POE Camera Protection part of SPD specification. If
internal is not available than same to be supplied externally without additional cost to IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 725
TECHNICAL SPECIFICATION
Note: Surge/Lightening Protection in camera for POE line should be available internal or external
meeting the speicifcaiton of Ethernet SPD for POE Camera Protection part of SPD specification. If
internal is not available than same to be supplied externally without additional cost to IOCL.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 728
TECHNICAL SPECIFICATION
1.0 The scope of work includes design, development, manufacturing, testing, supply,
installation and commissioning of energy efficient luminaries complete with all
accessories, LED lamps with suitable current control driver circuit including mounting
arrangement for recessed type fittings, power distribution panel etc. The luminaries shall
be suitable for rugged service under the operational and environmental conditions
encountered during service. All the luminaries shall be supplied with associated driver
circuit compatible with LEDs in all respect as required.
2.0 Illumination of minimum 7.0 Lux must be maintained on either side of the perimeter up to
a distance of 20m all along; the pole design for mounting of CCTV camera shall also be
used for mounting of LED lights of appropriate wattage capacity to ascertain the desired
lux level throughout along the perimeter. The LED lights to be provided at 8m height at
the end of cantilever. Autotimer for CCTV perimeter lighting to be provided by vendor.
3.1.1 LED efficacy shall be greater than 110/180 Lumens/Watt @ 350mA drive current. In respect
of LEDs of higher power ratings, drive current greater than 350mA can be accepted if the
LED's LM 80 / IS: 16105 test reports support the same.
3.1.3 LM-80/ IS: 16105 Test Reports of specific LED at the soldering point temperature of 85°C for
the driving current at which the LEDs shall be driven, shall be obtained during procurement.
3.1.4 Reported life Span of LEDs used in the Luminare shall be greater than 50,000 Hrs at the
soldering point temperature of 85°C and at the luminare driving current.
3.1.5 The LEDs shall comply to Photo biological Safety norms as per IEC 62471 / EN 62471/ IS:
16108.
3.1.6 View angle: Typical 60 deg /120 deg meeting the illumination requirements on either side
of the perimeter.
3.1.7 Color temperature of the proposed white color LED shall be 5700K (i.e. 5665K±355K, as per
ANSI standard C78.377A), Color point should fall within the 7 Step McAdam as per ANSI
standard C78.377A.
3.1.8 Color Rendering Index (CRI) of minimum 80 (+5%) with cool white light output.
3.2 Technical requirements for LED driver
3.2.1 The driver shall be of constant voltage and constant current type with internal surge
protection device.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 729
TECHNICAL SPECIFICATION
3.2.4 The luminare should be operable with auto adjustable 140-270V input supply voltage using
the same driver.
3.2.5 In - built high and low voltage cut - offs : 140V (Low) and 270V (High)
3.2.7 Driver Surge Protection standard: Min 4kV. If a site/ location is prone to lightning and surges,
10 kV surge protection (external to the driver circuit) to be provided with the luminaire.
The Surge Protection Device (SPD) should fail safe (i.e. without leading to fire hazard) and
its failed status should be clearly visible through a flag/ indication.
3.2.9 Tc (Maximum Driver case temperature) must be declared for the luminaire.
3.2.11 Potting of LED Driver: For driver power output rating < 50W, potted driver shall be preferable
(but not mandatory). But for driver power output rating > 50W, potted driver shall be a
mandatory requirement.
3.2.12 The power supply shall be connected to the LED PCBs through proper connectors.
3.2.13 EMI/ EMC compliance: Compliance to the following EMI/ EMC standards:
i. CISPR15/IS:6573
ii. IEC: 61547 (reference standards are listed as follows)
- IEC 61000 – 4 - 2/ IS:14700 P art 3: Sec 2
- IEC 61000 – 4 - 3
- IEC 61000 - 4 - 4/ IS: 14700 Part 3: Sec 4
- IEC 61000 - 4 – 5 3 kV (or 4 kV if so offered by the contractor)
- IEC 61000 – 4 - 6
- IEC 61000 – 4 -11/ IS: 14700 Part 3: Sec 11
iii. IEC: 61000 - 3 - 2 (Class C)/ IS: 1534 Part 1 (d) IEC: 61 000 - 3 - 3 / IS 14700: Part 3:
Sec 2
3.2.14 Driver shall comply with the safely requirements laid down in IEC: 61347 - 2 - 13/ EN: 61347-
2-13/IS: 15885-2-13.
3.2.15 Driver shall also comply with the performance requirements as per IEC: 62384/ IS: 16104.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 730
TECHNICAL SPECIFICATION
3.3.1 The circuit boards and electronic components to be used in the luminaries should be of
suitable rating/ type so as to provide reliable functioning. Following document needs to be
furnished:
✓ Junction temperature rating of I. C. shall be obtained for the luminare.
✓ Capacitor type and temperature rating shall be obtained for the luminare.
✓ Material of resister shall be furnished
✓ Junction / channel temperature rating of switching device s like MOSFET and
transistor shall be obtained.
✓ MCPCB is to be used for mounting of LBDs.
✓ FR4 grade PCBs of min. thickness of 1.6 mm shall be used in driver circuits.
3.4 Technical requirements of Luminaries:
3.4.1 The luminare should throw the perfect amount of uniform light with exactly the desired
intensity at a given spacing as mentioned in the tender document along with better light
control. The bidder should submit the certified photometric report as per IESNA LM-79/ IS:
16106, from a NABL accredited laboratory to validate the photometric claims.
3.4.3 The min. system lumen efficacy of the Luminare shall be 110/ 180 lumens/Watt.
3.4.4 The Luminare must have secondary lens/ optics. Though the secondary lens/ optics do result
in minor loss of lumens, it is nevertheless a must to distribute the light output of the LEDs
so as to achieve the desired polar curve characteristics for the Luminare — no exemption
shall be permitted on this account. The material of lens should preferably be PMMA.
3.4.6 Cover type: Heat Resistant Toughened glass of minimum 4 mm thick or UV stabilized
polycarbonate cover.
3.4.7 Adequate heat sink with proper thermal management shall be provided.
3.4.8 The fixture should be able to work properly with humidity range of 10%-95% RH.
3.4.9 The fixture should have corrosion resistance polyester powder coating.
3.4.10 Housing protection: Minimum IP - 65. If the LEDs and LED Driver are in different
compartments, then the two compartments must be individually IP – 65 or better.
3.4.12 Temperature rise test: When the luminare has stabilized thermally, soldering point
temperature of the LEDs must be equal to or less than 85°C. Temperature rise (above
ambient) of heat sink should generally remain within 20°C -relaxation on this account can
be granted as long as the soldering point temperature limit of 85°C is not violated and there
is no unacceptable outcome.
3.4.13 During procurement, the photometric data report in respect of the luminare offered
(through DTA Lux, CALCULUX or other simulation software) should be obtained. IES
Photometric File is also to be supplied and firms to be warned of serious consequences
against submission of a tampered/ doctored report.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 732
TECHNICAL SPECIFICATION
IPv4 and IPv6 Dual Stack IPv6 Management via Ping, Trace
Route, Telnet and SSH Static Unicast Routes for IPv6 RFC
1886 DNS Extensions to support IPv6 RFC 1887 An
Architecture for IPv6 Unicast Address Allocation RFC 2461
Neighbour Discovery for IPv6 RFC 2463 ICCMPv6 RFC 2464
7 IPv6 Features
Transmission of IPv6 packets over Ethernet Networks RFC
2711 IPv6 Router Alert Option RFC 3056 Connection of IPv6
Domains via IPv4 Clouds RFC 2513 IPv6 Addressing
Architecture RFC 4443 Internet Control Message protocol
(ICMPv6)
Electrical Approvals and EMC EN55022 class A, FCC class A, VCCI class A Immunity
11
Compliances EN55024, EN61000-3-levels 2 (Harmonics), and 3 (Flicker)
No. of Optical/ Copper ports required for CCTV application to be worked out by vendor as per
design Engineering with minimum 20% spare ports of each type.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 735
TECHNICAL SPECIFICATION
6. RJ45 ports
b. Speed & direction Configurable or 10/100 auto detecting for speed and
duplex. (full or half)
Note: Power adaptors wherever used for Layer 2 Switches shall be of Industrial Grade.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 738
TECHNICAL SPECIFICATION
Redundancy There should not be any single point of failure and should
8
have following Redundant and hot swappable modules
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 739
TECHNICAL SPECIFICATION
➢ Disk Drive
➢ Power Supply
➢ FANS
Storage Feature Storage system (disk shelves) should support 12Gbps SSD/
12Gbps NL-SAS/ 12Gbps SAS 10K and 15K disks
10
simultaneously with different rpm. Storage back end
connectivity should be at least 12Gbps SAS Ports 2 No.
Disk Connectivity The Storage Should be configured with Dual ported Disks
11
and dual IO Module for no single point of failure
Usable Storage Storage shall be provided with 12 Gbps NL-SAS disks (7.2k
12 Capacity RPM, 1/2/3/4/6/8/10/12 TB) on RAID 6. Each RAID group
should have 10 or less number of disks.
The Proposed storage disk should ensure a minimum total
Total Aggregate
aggregate storage bandwidth of 800Mbps of better on a 90%
Storage Bandwidth
write & 10% read application environment. OEM of storage
13 should confirm the above required aggregate bandwidth on
the offered storage by the System Integrator on the VMS
application. A certificate or output of a sizing tool should be
submitted to support this.
Should have Single Graphic Use Interface (GUI) for both File
Storage Management
and Block as well as command line interfacing. Must include
14
real time performance monitoring tools giving information on
CPU utilization, volume throughput, I/O rate and latency etc.
Host / Server OS
15 Linux, MS Windows etc.
Support
Storage OEM should have a test & validation document
Storage Validation
supporting the bandwidth mentioned with the VMS
Test report
application supplied by the bidder. Alternately, results of
16
internal sizing tool from OEM supporting the bandwidth
mentioned should be submitted.
CCTV SERVER
2 Cache 25 MB
RACK MOUNTED LED/LCD MONITOR KEYBOARD DRAWER WITH OPTICAL MOUSE AND KVM
SWITCH
A Monitor specification
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System, PA
system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 742
TECHNICAL SPECIFICATION
Note:
1. In case multiple servers are required to meet the tender requirement, vendor to provide the
same with above minimum configuration at no additional cost to IOCL. This also includes the
required software and operating system.
2. Vendor to provide failover server to have redundancy in CCTV server such that failure of one
server should not affect the CCTV operation and recording at its full resolution. The cost of
failover server, required hardware & software shall be included in the cost of CCTV server.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 743
TECHNICAL SPECIFICATION
WORK STATION
(At Terminal Manager Room, Control Room and Security Room)
S.NO PARAMETER MINIMUM REQUIREMENTS
2 Memory 16 GB DDR4
Note:
1.0 Work station is to be connected to two number of LED monitors. Required hardware &
software is to be provided for the same.
2.0 In case OEM’s offered software has not been proven tested in latest Windows operating
system, then vendor to provide latest operating system which has been tested with the
offered software. However vendor needs to upgrade the operating system immediately
once the proven CCTV software has been developed on latest/ upgraded version of the
operating System at no additional cost to IOCL during entire execution, warranty and
CAMC period.
3.0 Work station for Control room should be rack type (2U) however for security and terminal
manager room should be tower type.
4.0 For Terminal Manager room, touchscreen LED monitor with in-built CPU to be provided.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 745
TECHNICAL SPECIFICATION
4 Video Signal HDMI :4096x2160p (24, 50, 60Hz), 3840x2160p (24, 25,
30, 50, 60Hz), 1080p (30, 50, 60Hz), 1080/24p, 1080i
(50, 60Hz)
12. Mounting Shall be suitable for rigid support mounting from Wall,
Ceiling, column & Table Top
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 746
TECHNICAL SPECIFICATION
1 Box 19" rack mountable for indoor application and for outdoor
application inside JB with suitable mounting arrangement.
1 The video management system shall be client/server based IP video security solution that
shall provide seamless management of digital video, audio and data across an IP network. The
video management system shall provide full virtual matrix switching and control capability.
Video from sites shall be possible to view from single or numerous workstations simultaneously
at any time. Cameras, recorders, and viewing stations may be placed across the terminal in
the IP network. It shall be ONVIF Compliant and Open Architect.
2 VOCMRPS shall be a highly scalable, enterprise level software solution. It shall offer a
complete Video Surveillance solution that shall be scalable. API/SDK support to be provided
for seamless integration of third party security infrastructure where possible. The system shall
be capable of working on Windows OS and Windows Server platforms.
4 The VMS shall provide up to 10 different and independent programmable recording schedules.
The schedules may be programmed to provide different record frames rates for day, night,
and weekend periods as well as special days. Advanced task schedules may also be
programmed that could specify allowed logon times for user groups, when events may trigger
alarms, and when data backups should occur
5 The VMS workstations may be connected to up to 4 monitors where each monitor may be
configured to display live streaming video, playback video, site maps, or alarms.
7 The VMS shall provide a user-dependent bookmark Tree. The bookmark tree shall allow saving
a time period or a single point in time for later investigation and export. Bookmarks shall be
available both for live mode and for playback mode.
8 The VMS shall be designed in such a way the Central Server downtimes do not affect the
functionality of the recording services. Normal recording and Motion recording shall continue
during the Central Server downtimes, only Alarm Recording cannot be activated as the Central
Server is responsible for evaluating the alarm conditions.
9 The software shall come preferably as one unit and not as multiple loadable units. If it comes
as multiple loaded units requiring multiple servers, they shall be as per NVR specification of
this tender and the cost shall be included in the quoted price of each software unit.
10 The software shall not have seat-licensing, allowing for any number of user seats/installations
on the IP video network to be added for future scalability at no management software cost.
If seat licensed software is to be quoted then it shall have licenses for at least 20 PCs/ work
station.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 748
TECHNICAL SPECIFICATION
11 The manufacturer supplied management software pack shall have a separate file player to
authenticate and play exported files.
12 The VOCMRPS shall allow for video to be streamed on a video mosaic wall.
13 The Software shall provide user licenses for at least 5 users (to be included in software
cost itself).
14 The system shall allow operation with/without a PC keyboard, Joy stick or mouse. Once
system is configured, virtual matrix functions can be carried out using CCTV keyboards
15 Wide compression technology support The Software shall supports a variety of compression
methods M-JPEG, H.263, MPEG-4 Part 2, Simple Profile and Advanced Simple Profile,
H.265/H.264 /MPEG-4 AVC, and MxPEG.
16 Dual streaming Hardware use is optimized with two independent, configurable video streams,
one for live viewing and one for recording.
17 Privacy masking Enables administrators to define privacy masks for individual cameras, to
hide areas in the camera view that must not be visible or recorded in order to comply with
local legislation
20 For each camera set up bit rate, frame rate, and resolution shall be set independent of other
cameras in the system. Altering the setting of one shall not affect the settings of other
cameras.
21 Video Search Video smart search on the basis of date, time, event, camera, locations and
alarm.
22 The video management system shall support digital zoom of any image pane. A dedicated
graphical control shall be provided in the user interface for this purpose. In addition, the
mouse wheel shall control digital zoom when the mouse cursor is hovering over a selected
image pane.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 750
TECHNICAL SPECIFICATION
23 PTZ Operations
VOCMRPS shall be able to operate with PTZ protocols of the offered cameras.
Named presets (up to 64) and custom commands (up to 64) shall be supported per camera,
invoked from VOCMRPS.
User priority between 1 and 5 shall be allocated for PTZ enabled transmitters.
VOCMRPS shall have the ability to slue PTZ cameras to alarm generated areas.
24 Recording technology Continuous recording, motion based recording, event based recording
and combination of event and motion based recording
25 Export Formats The VMS shall export video and audio data optionally in ASF/ AVI format to a
CD/DVD drive, a network drive, or a USB drive. The exported data in ASF format may be
played back using standard software such as Windows Media Player.
26 The software shall allow for using .BMP format area maps.
27 The software system shall be capable of handling camera and alarm icons on area maps. The
area map shall be configurable to pop up / highlighted with colour upon the receipt of an
alarm received from a camera/ VIDEO Encoder on the map. This can be on the same or other
monitors on the PC.
28 The Software system shall allow direct connection of control keyboard to the PC workstation
running the VOCMRPS for virtual matrix operations.
29 The software shall be capable of monitoring the status of camera in the network and shall
indicate when a device goes offline by suitable red cross across the camera.
30 The system shall be able to carry out a motion search on recorded video and highlight motion
in the playback bar and also as motion event based thumbnails to navigate straight to that
event in recording.
31 The system shall support automatic failover for recording servers. This functionality must be
accomplished by a failover server that shall work as a standby unit, which takes over in the
event that one of a group of designated recording servers fails. Recordings shall be
synchronized back to the original recording server once it is back online.
32 The system shall support multiple failover servers for a group of recording servers.
33 The system shall provide monitoring of all failover servers from the graphical alarm
management module.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 751
TECHNICAL SPECIFICATION
34 The system shall provide seamless access to recordings on the failover Server for all clients
through the same client views once the services are fully started.
35 The system shall support multicasting of video feeds to client workstations in order to
conserve network resources. The system shall automatically switch to unicast, if the client
fails to connect to the multicast stream
36 The system shall be able to restore the data stored on the camera’s internal storage to media
database once the communication from the cameras is restored.
37 The alarm and map window shall have docking facility on the main screen.
38 The alarm support shall allow for continuous monitoring of the operational status and event-
triggered alarms from servers, cameras and other devices.
39 The alarm support shall provide a real-time overview of alarm status, or technical problems,
while allowing for immediate visual verification and troubleshooting.
i The video management system shall be capable of managing multiple recording manager
systems.
iii The recording parameters shall be configured in the recording tables of the VMS configuration
program. These settings shall be replicated into the devices from the Central Server.
iv The recording manager shall manage encoders and IP-Cameras, and the Network attached
storage systems. It shall offer system wide recording monitoring and management of Network
Attached storage, video servers and cameras
v The recording manager shall support the encoders and cameras to directly stream the data to
the Network attached storage.
vi The transfer rate of the data from the encoder or IP-Camera is limited by network speed and
the Network Attached Storage data throughput rate.
vii The Recording Manager shall be able to restore a lost recording database from data on the
Network attached storages/ VMS server.
viii The Recording Manager shall provide flexible retrieval of recordings. It shall be able to
determine on which network attached disk array data from each camera or encoder has been
stored
ix It shall be possible to secure the access to the Recording Manager software with a password.
This shall be done in the Configuration Client
x The video management system shall allow configuring if playback of recordings is streamed
through the Recording Manager or is streamed directly from the Network attached storage.
xi The video management system shall support to retrieve the playback information, i.e. from
which iSCSI storages to retrieve the video, audio and meta-data, either from the Video
Recording Manager or directly from the IP encoder or camera. Playback information directly
from the IP encoder or camera is limited in time and should be used while the Recording
Manager is not available to increase the reliability of the video management system.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 753
TECHNICAL SPECIFICATION
1 The analytics software shall be server based. Dedicated Analytics Server to be provided
in addition to VMS server. The cost of dedicated server shall be part of cost of Analytic
software at no extra cost to IOCL.
3 The analytics software shall support all advanced analytics features like Virtual Trip Wire,
abandoned object detection, museum mode as "object removal", video loss alarm, scene
change detection and motion based detection.
Note: All PTZ cameras to have inbuilt video analytics for Auto tracking of objects based
on alarm inputs. In case PTZ cameras do not have in built video analytics, the same to be
provided in server based advanced analytic software.
Analytics software should give following details/alarms in a report format.
Over and above this, analytics and diagnostics depending on feasibility for
implementation, the final list shall be discovered with successful bidder.
S No Requirement Description
1 Safety and Security 1.Without helmet in Licensed Area
2.Without Safety Shoes in Licensed Area
3.Vehicle Over speeding in Licensed Area
4.Use of Mobile in Licensed Area
5.Identification of Visitor and permission for specific zone,
alarm in case encroachment in any other zones
6.Person lying unconscious/ sleeping in Haz area
7.Identify person idling for more than a specific time –
potential hazard / unidentified injured person. This
threshold to be configurable.
8.Blocking of Zebra Crossing for more than a specific time.
9.Emergency exit should not be blocked.
10.In TTPA, TTs are parked properly.
11.No TT is parked near boundary wall of Location, from
security point of view.
12. Fire Detection
13. Smoke Detection
14.Person and truck count inside the terminal/licensed area
premises.
2 TLF 1.Missing Fire Extinguisher while TT getting
loaded/unloaded (Optional interlock provision for TT
loading)
2.Skipping Safety harness use (Optional interlock provision
for TT loading)
3.Smoke/Flame in TLF Area (Optional interlock provision for
TT loading)
4.Stationery TT in TLF area > 5 minutes
5.Spillage/Leakage in TLF Area
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 755
TECHNICAL SPECIFICATION
Note:
1. Advanced Analytics software licences as stated above are to be taken for the entire fixed
camera. For PTZ cameras analytic software licence are to be taken for Auto tracking of objects
based on alarm inputs, cord cut, camera obstructed / out of focus, hardware alarm input and
any other if required as per design Engineering.
2. The offered Analytic Software shall have provision for future scalability and expandability and
shall be compatible with the offered VMS software.
3. All the above mentioned analytics must run simultaneously and not one after another based on
configuration done in the system.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 756
TECHNICAL SPECIFICATION
1.0 Basic:
1.1 The Pest Repellent System would consist of one master console (controller) and satellites/
transducers in Control room, S&D room, Invoice room and Security room. The successful bidder
shall make detailed/working drawings and coordinate them with other agencies at site.
3.0 Features:
3.1 Master Console:
3.1.1 The Master Console would need a power connection and should be equipped with a 3-pin
power supply cord of 2.5 meters.
3.2 Satellites:
3.2.1 Each Satellite should cover an open area of 300sq. ft. when the average height of the ceiling
is 10 ft. When installed in false ceiling / false flooring it should cover an approximate area
of 150 sq. ft. Each satellite should occupy a maximum space of 24 cubic inch and could be
mounted in any angle.
• They should be mono-polar and there should be no risk of sparking.
• They should be able to withstand high temperatures in the false ceilings.
• They would not need a power connection.
4.1.2 Nature of Sound Waves: The sound waves propagated by the satellites should be linear sine
waves with constantly varying frequencies
4.1.3 Operating Environment: The satellites should operate in a temperature range as specified in
site data, and can propagate sound waves in 100% humid conditions, and even when they
are submerged under water.
4.2 Excitory Circuit:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 758
TECHNICAL SPECIFICATION
4.2.1 Signal Generator should have full wave rectification, regulated 12 V DC power supply to
withstand power fluctuations ranging from 170 VAC to 270 VAC. Amplifier should have a
preamplifier stage coupled with signal generator for dual transistor amplification having a
push –pull configuration.
4.3 Pressure:
4.3.1 Uniform Pressure output of 80 dB to 110 dB with 360 Deg. C transmission angle. Linear
Propagation of mixed / variable frequencies detectable at, or about 40 ft distance from the
source (transducer / satellite), Spatial average intensity 83 mW per sq. cm. Pressure should
vary from 50 dB to 110 dB (with built – in control for steady output)
4.4 Power Supply Provision for 230 VAC and/or 24 VDC.
4 5 available values
Sweeps per minute
i.e.90, 100,110,120 and 130
5.2.2 Specifications:-
SL NO
DESCRIPTION SPECIFICATION/ MINIMUM REQUIREMENT
SL NO
DESCRIPTION SPECIFICATION/ MINIMUM REQUIREMENT
27 Colour Black
Rodent and Termite
28 Yes
attack protection
29 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
30 Temperature Index Min 250 Deg C to ASTM D 2863
31 HCL Emission Max 20% by weight to IEC 754-1
ELECTRICAL PARAMENTERS
Maximum resistance of
the conductor of
33 As per Table 2 of IS 8130
complete cable at 20
deg.C
Minimum volume 1 x 10 e13 @ 27 deg.C
34 resistivity (for 1 x 10 e10 @ 85 deg.C
insulation) As per IS 5831 - 1984
Note:
Cable weight and Conductor weight per meter shall be provided.
Rip cord to be provided below the inner sheath
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 764
TECHNICAL SPECIFICATION
SL NO
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
6 No of Strand 7
7 Size (sq mm) 2.5 4 6 10
8 Diameter of Strand (mm) 0.67 0.85 1.02 1.35
INSULATION
9 Material PVC type C as per IS 5831/1984
10 Type Extruded
11 Thickness As per Table 2 of IS 1554 (Part-1)
12 Color Scheme As per IS 1554 (Part-1)
3 core Red, Yellow & Blue
4 core Red, Yellow, Blue & Black
INNER SHEATH
13 Material PVC compound type ST2 as per IS 5831/1984
16 Type Extruded
17 Thickness As per Table 4 of IS 1554 (Part-1)
ARMOUR
SL NO
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
24 Thickness As per Table 7 of IS 1554 (Part-1)
By embossing/printing Make, Year of Manufacture,
25 Marking on outer sheath
Voltage grade and Size of cable
1 x 10 e13 @ 27 deg.C
Minimum volume resistivity (for
34 1 x 10 e10 @ 85 deg.C
insulation)
As per IS 5831 - 1984
SL
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
NO
Single/Multi pair/Triad Shielded Copper Signal
1 Type of Cable
cable
2 Voltage Class 500V Grade
3 Size of Cable NP x 1.5 sq mm / NT x 1.5 sq mm
4 Applicable Standards BS EN 50288 - 7
CONDUCTOR
Multi-stranded Electrolytic annealed bare copper
5 Material
as per conductor class 2 of BS EN 50288 - 7
6 Size 1.5 Sq. mm
7 No of Strand 7
8 Diameter of Strand 0.53 mm
INSULATION
9 Material PVC Type TI53 to BS EN 50290-2-21
10 Type Extruded
11 Thickness (Minimum) 0.44mm as per Table 1 of BS EN 50288 - 7
12 Colour Scheme of Pair BLACK & WHITE
One core of each pair/triad will be number
13 Pair Identification
printed at an interval of 250 mm
INDIVIDULA PAIR & OVERALL SHIELD
14 Material Pair and over all Shield with Al mylar tape
15 Type Helical
16 Thickness(Min) 0.05 mm
17 Coverage 25% overlap on either side & 100% Coverage
18 Pair twist 10~15 twists / mtr uniformly
Annealed tinned Copper in continuous contact
19 Drain wire Material
with Aluminum side
20 Drain wire Resistant size 30 Ohm/Km / 0.5 sq mm dia. 7 strands/0.3 mm
INNER SHEATH
21 Material PVC Type TM53 to BS EN 50290-2-22
22 Type Extruded
23 Thickness (Nominal) As per BS EN 50288 - 7
24 Rip cord Required, Non metallic type below inner sheath
ARMOUR
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 767
TECHNICAL SPECIFICATION
SL
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
NO
0.9mm Galvanised round steel wires over inner
sheath where calculated diameter below
armouring < 15 mm
OR
25 Material
4mm x 0.8 mm Galvanised steel strips over inner
sheath where calculated diameter below
armouring > 15 mm as per EN 10257-1 and EN
10218-1
OUTER SHEATH
26 Material FRLS PVC Type TM53 to BS EN 50290-2-22
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of
30 Marking on outer sheath
Manufacture, Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
Rodent and Termite attack
32 Yes
protection
33 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 250 Deg C to ASTM D 2863
35 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested as
36 Smoke Density
per ASTM D 2843.
ELECTRICAL PARAMENTERS
Max. Conductor resistance at 20 deg
37 12.30 Ohm/Km
C
Mutual capacitance @1 KHz between
38 250 pF/Mtr
adjacent core
SL
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
NO
SL
DESCRIPTION SPECIFICATION / MINIMUM REQUIREMENT
NO
ARMOUR
0.9mm Galvanised round steel wires over inner
sheath where calculated diameter below
armouring < 15 mm
OR
25 Material
4mm x 0.8 mm Galvanised steel strips over
inner sheath where calculated diameter below
armouring > 15 mm as per EN 10257-1 and EN
10218-1
OUTER SHEATH
26 Material FRLS PVC Type TM53 to BS EN 50290-2-22
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of
30 Marking on outer sheath
Manufacture, Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
32 Rodent and Termite attack protection Yes
33 Oxygen Index Min 29 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 250 Deg C to ASTM D 2863
35 HCL Emission Max 20% by weight to IEC 754-1
Max Smoke Density Rating shall be 60%, tested
36 Smoke Density
as per ASTM D 2843.
ELECTRICAL PARAMENTERS
37 Max. Conductor resistance at 20 deg C 12.30 Ohm/Km
Mutual capacitance @1 KHz between
38 250 pF/Mtr
adjacent core
FS POWER CABLE
5 No of Strand 7
6 Size (sq mm) 2.5 4 6 10
7 Diameter of Strand (mm) 0.67 0.85 1.02 1.35
INSULATION
8 Material Mica Glass+EPR/XLPE or Silicon
9 Type Extruded
10 Thickness(Min) 0.7 for 2.5 sq. mm & 4 sq.mm,
0.82 mm for 6 sq. mm & 10 sq. mm
11 Color Scheme As per IS 1554 (Part-1)
3 core Red, Yellow & Blue
4 core Red, Yellow, Blue & Black
INNER SHEATH
Low Smoke zero Halogen compound to BS EN
12 Material
50290-2-26
13 Type Extruded
14 Thickness 1.0 mm Nom and 0.8 mm Min
ARMOUR
1 x 10 e13 @ 27 deg.C
Minimum volume resistivity (for
32 1 x 10 e10 @ 85 deg.C
insulation)
As per IS 5831 - 1984
FS CONTROL CABLE
FS SIGNAL CABLE
OUTER SHEATH
Low Smoke zero Halogen compound to BS EN 50290-2-
26 Material
26
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of Manufacture,
30 Marking on outer sheath
Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
32 Rodent and Termite attack protection Yes
33 Oxygen Index Min 30 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 275 Deg C to ASTM D 2863
35 HCL Emission Max 2.0 % by weight to IEC 754-1
• For EPR and silicon insulated cables- applicable standard shall be IS-9968.
• Cable weight and Conductor weight per meter shall be provided.
• Rip cord to be provided below the inner sheath.
• Fire Barrier tape to be provided.
• Binder Tapes to be provided below and above individual and overall shield.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 777
TECHNICAL SPECIFICATION
OUTER SHEATH
Low Smoke zero Halogen compound to BS EN 50290-2-
26 Material
26
27 Type Extruded
28 Thickness (Nominal) As per BS EN 50288 - 7
29 Colour Blue
By embossing/printing Make, Year of Manufacture,
30 Marking on outer sheath
Voltage grade and Size of cable
31 Sequential length marking At every interval of 1 meter
32 Rodent and Termite attack protection Yes
33 Oxygen Index Min 30 at 27 Deg C to ASTM D 2863
34 Temperature Index Min 275 Deg C to ASTM D 2863
35 HCL Emission Max 2.0 % by weight to IEC 754-1
4 No. of fibers 6/ 12
5 No. of loose tube 1
Direct Burial (Underground)/ Inside HDPE
5 Laying
conduit/cable tray (Above Ground)
6 Strength member 2 Nos. of steel wires
7 Armour G.I./ Electrolytic chrome coated steel
Tough weather resistant made High Density
8 Overall sheath Polyethylene compound (HDPE) with anti-termite and
anti-rodent properties.
9 Attenuation at 1310 nm 0.38 dB/Km
0.25 dB/Km
10 Attenuation at 1550 nm
Note:
• Optical fibers shall be with buffer loose tube filled with Thixotropic Gel. Cable shall be rodent
and termite resistant and designed to protect the fibers from environmental hazards in direct
burial use.
• Internal test certificate for attenuation and length shall be available
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 780
TECHNICAL SPECIFICATION
EARTH CABLE
3 Conductor
A Rated 70 Degree C
6 Insulation
7 Outer Sheath
8 FRLS Properties
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 781
TECHNICAL SPECIFICATION
All the power, signal & Control cables laid above ground or under cable trench must be on laid
on anodized Aluminium perforated cable trays of minimum thickness of 2.5mm and edge height
of minimum 25mm. The cable within cable tray shall be clamped with Al clamp. GI wire or
nylon tie are not to be used. All cable trays to be covered with Anodised Aluminium Cable tray
cover of minimum thickness of 1.5 mm and edge height of 10 mm and the same to be clamped
at an interval of 1m.
Minimum Specifications:
SR NO FEATURES PARAMETERS
4 Thickness 2.5 mm
5 Clamps (for cable tray cover Aluminium C Clamp with SS 304 hardware
with cable tray)
1.0 General
1.1 All Power, signal and Control field cables outside tank dyke wall shall be FRLS armoured
copper cables except for ROSOV. All cables excluding earth cable inside tank dyke wall shall
be Fire Survival armoured copper cable. For ROSOV, control cable from control room and LPBS
outside dyke wall to respective ROSOVs shall be Fire Survival armoured copper cable.
1.2 All signal and control cables shall have core sizes minimum 1.5 sqmm and power cables of
minimum size 2.5 sqmm or as per actual load requirement whichever is higher. In the event
of limitation in cable gland sizes entry in batch controller, lower sizes cables of min core size
0.75 sqmm or as per load requirement whichever is higher can be used from batch controller
to respective Loading point JB.
1.3 For power cables, incase the core size requirement for copper conductor is more than 10
sqmm design Engineering, vendor can also offer Aluminum conductor cables of suitable core
size and ratings meeting the minimum technical specification.
1.4 Optical fibre cable along with OFC components (conversion kit) shall be considered for
➢ Inter building LAN cabling if the distance between the two buildings i.e. From Control
room (CR) to Security room, CR to S&D building, CR to TM room & CR to lock room
(invoice generation room).
➢ CCTV communication network
➢ Communication of BCU with TAS
➢ Remote IO panel to TAS DCS (if considered)
➢ Pipeline PLC interface with TAS DCS (if required as per design Engineering)
➢ OMC PLC interface with TAS DCS (if required as per design Engineering)
➢ Any other interface as per design Engineering.
1.5 All Power, Signal & Communication cables from Control room to respective field junction
boxes shall have minimum 20 % spare cores.
1.6 All Power, Signal & Communication cable from Control room to Main JB at the TLF Gantry
shall be laid in two runs where each run shall be suitable for 50% of the each TLF Gantry (ie
for 4 bays). Each run shall have minimum 20 % spare capacity.
same to be vetted by structural Engineer or from Govt Engineering College/ IIT/NIT prior to
start of fabrication work.
2.2 Power and signal cables shall have to be laid in separate pipes or on separate cable trays as
the case may be, by adequate spacing of min. 300 mm. Bending radius of armoured cables
shall not be less than 12 times O.D. of cable. Necessary loops to be provided at both ends.
There shall be no joints in the cables.
2.3 HDPE pipes if used, it shall have dia of minimum 25 mm for single cable and 50 mm for two
cables. For more number of cables, suitable size of the pipe is to be considered.
2.4 Supply of anodized Aluminium perforated type cable trays (2.5 mm Thick 25 mm edge height)
along with cable tray cover (1.5 mm Thick 10 mm edge height), fixing at site by doing
necessary welding on steel structure, laying of cable trays over the pedestals, RCC trenches,
overhead structures, making pedestal, RCC trenches, overhead structure etc as per site
requirement are included in the scope of work.
2.5 The perforated trays shall be properly supported at a regular interval of maximum 1000 mm
from insert plates or steel structures. Wherever insert plates are not available, supports on
concrete structures on ceiling shall be fixed with minimum 10 mm diameter expansion bolts.
Angle supports for perforated trays shall be fabricated from 40mm x 40mm x 5mm MS angles
minimum size. The cable within cable tray shall be clamped with Al clamp. GI wire or nylon
tie are not to be used. All cable trays shall be covered along with clamp at every 1 m.
2.6 All cores of cable shall be identified at both ends by means of PVC ferrule. Ferrules shall be
of single sleeve type. Ferrule numbering shall be source destination type (cross ferruling).
Cable leads shall be terminated at both ends by crimped type soldering.
2.7 Wherever the RCC trenches are required to be constructed by the vendor, the same shall be
of minimum depth of 750 mm from ground to the top of cables, minimum 600 mm width and
minimum 250mm wall thickness with RCC cover of minimum 150mm thick. Bottom of the
trench shall be PCC of minimum 100 mm thick or as per IOCL standard design for RCC cable
trenches.
2.8 Cable routing shall be planned to be away from heat sources, Hydrocarbon Vapour, water, oil,
drains piping air conditioning duct etc. Cables are identified close to their termination point
(Cable numbers are to be punched on aluminium straps of minimum 2 mm thick and securely
fastened to the cable, wrapped around it) and also along the route at recommended intervals,
by cable number tags.
2.9 As far as possible, each cable tray shall contain only one layer of cables and minimum required
vertical clearance between racks is maintained. All wall openings/pipe sleeves are effectively
sealed after installation of cables to avoid seepage of water inside building/lined trench. MCT
blocks to be provided at cable entry points inside Control Room, Admin building, S&D block,
security room and invoice room. The cost of same to be included in cabling cost if not
mentioned separately in the BOQ.
2.10 Where cables rise from trenches to Instruments, junction boxes, control station, panels etc,
these are to be taken through HDPE/ GI protection pipe sleeves, ends of which should be
sealed after cabling. Conduit ends are to be plugged with weather proof sealing plastic
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 787
TECHNICAL SPECIFICATION
compound. At road crossing and other places where cables enter pipe sleeves, recommended
bed of sand and bricks are to be provided so that the cable do not slacken and get damaged
at pipe ends. Metallic pipe ends if used should be bell mouthed. A separate earth strip should
run along each cable tray. Equipment earthing is taken from the earth grid and not from the
cable rack earthing. Cables are clamped on trays using aluminium clamps at intervals not
exceeding 1 meter.
3.2.1 Supply laying and termination of 1C x 6 Sq. mm FRLS Copper un-armoured cable (green
colour) for earthing instruments and junction boxes to earth bus bar. Earthing to be done
as per OEM’s recommendation and preferably double earthing to be provided.
3.2.2 Supply, laying, jointing 50 x 6 mm GI flat from earth pit to TLF Gantry.
3.2.3 Earth work, excavation for all kinds of soil as per cable trench cross section drawing including
shorting, shuttering, dewatering etc as per instruction of engineer in charge (750 mm depth).
3.2.4 Supply and laying of class B Bricks of size 9" X 4"X 3 " (Brick flat soiling underneath PCC) in
cable trenches as per specification and direction of site incharge.
3.2.5 WBM Road, Dyke cutting, concrete breaking for cable trenches including shoring , strutting
etc, if required and repairing of the road, dyke to original condition and disposing off excess
materials within the work site as per direction of site engineer. Breaking the existing RCC
work and disposing off the malba to an unobjectionable place as per the instruction of the
site engineer. Job shall be complete in all respect including the cost of all labour, tools,
materials, load lift hire charges of equipments if any.
3.2.6 Supply, erection and installation of cable trays alongwith structural support in trenches
already made, on walls, concrete structures etc including supply and installation of all
necessary pipe fittings such as bends, sockets, elbows, tees etc. bending threading, binding
etc as required for laying of cables in road, station piping crossing and cable rising up to
instruments as per direction of site engineer including the cost of all materials, labour, tools
etc complete in all respects.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 788
TECHNICAL SPECIFICATION
EARTHING
1.0 General
1.1 All junction boxes, local cabinets, field mounted instruments shall be connected to the nearby
earth bus bar/earth pit through minimum 6 mm2 Insulated FRLS unarmoured flexible copper
conductor.
1.2 All joints in the pipeline, valves and associated equipment shall be made electrically
continuous by bonding. The resistance value between each joint shall not exceed 1 ohm.
1.3 Earthing network shall be realized with earth electrodes and/or buried bare conductors.
1.4 Two types of earthing system shall be envisaged –
• Main earthing system (ME)
• Electronic earthing system (EE)
1.5 In general the following rules shall apply for earthing
• The metallic housing of electronic equipment/junction box/panel shall be connected to
the main earthing system (ME).
• All armours of armoured cables shall be connected to the earth (ME) at both ends.
• The shield of the shielded cable shall be earthed with electronic earth at one end only
i.e. at control room end.
1.6 The main Earthing System (ME) and Electronic Earthing system shall be in separate loop and
shall form separate grid.
1.7 Respective earthpit forming earthing grid shall be done using minimum 50x6 mm2 GI strip. All
branch earth conductors from each field unit shall be connected to respective earthing grid.
Double earthing is to be provided for all electrical actuators and other instruments as per
OEMs recommendations.
2.2 For Electronic earthing (EE), the earth electrode(s) shall be placed in a galvanized steel pipe
for a depth of 4m to shield the electrode from surface earth stray currents, which may cause
unwanted interference.
4.1.1 Two nos. of dedicated earth pits (earth pit 1 and earth pit 2) are to be provided on either
side of the TLF battery comprising of 8 nos. bays for discharge of static charges developed
on TT during loading. Both the earth pits are to be connected to each other through two
runs of parallel GI strips (GI strip 1 and GI strip 2). Care to be taken to ensure that these
strips are not in contact with TLF structure for which isolator/insulators are to be provided
between GI strips and the TLF structure.
4.1.2 The tank truck shall be provided with 3 nos. of grounding bolts. Two sets of grounding bolts
(bolt 1 and bolt 2) shall be used to ground the TT using Earthing Relay (Resistance
Capacitance Type) and its interlocks as per schematic drawing shown above and the third
set shall be directly connected to earthing system without any interlock.
4.1.3 The Grounding bolt 1 is to be connected to socket 1 of the Earthing Relay while Grounding
bolt 2 is connected to Earthing relay via socket 2, Bus bar 2, GI strip 2, earth pit, GI strip 1
and Bus bar 1 as shown above.
4.2 Grounding of TLF instruments: Two nos. of dedicated earthpits for grounding of TLF
instruments are to be provided on either side of the TLF gantry. Both the earthpits are to be
connected to each other through two runs of parallel GI strips. Care to be taken to ensure
that these strips are not in contact with TLF structure for which isolator/insulators are to be
provided between GI strips and the TLF structure for proper support. All the Automation
equipments are to be grounded using these GI strips (Double earthing) i.e. one set of earthing
boss of the equipment to be connected to one of the GI strip and the other earthing boss of
the equipment are to be connected to other GI Strip. Equipment which has only one earthing
boss, the same to be connected to both the GI strip. Connection between equipment to GI
strip/ earthing bus bar shall be through 1C x 6 Sq. mm FRLS Copper un-armoured cable (green
colour) using proper lugs etc. The main purpose is to ensure redundancy in earthing of the
equipments.
4.3 Grounding of CCTV poles: CCTV poles are to be grounded to the nearest Earthpit if available
within a distance of 20-30m using GI strip. The strip has to be connected to earthpit directly.
In case earthpit is not available, separate earthpit to be provided for respective poles.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 791
TECHNICAL SPECIFICATION
4.4 Grounding of Automation field equipment: All the Automation field equipments are to be
connected to earth bus bar using 1C x 6 Sq. mm FRLS Copper un-armoured cable (green colour)
and the bus bar must be connected to existing earthpit directly if available within a distance
of 20-30 m. In case earthpit is not available, separate earthpit to be provided. Bus bar and
earthpit wherever provided must be outside tank dyke wall.
4.5 Grounding of Control room Automation equipment: Minimum two nos. of earth pits (in grid)
are to be provided for panel earthing, minimum 2 nos. of earth pits (in grid) for signal earthing
and 2 nos. earthpit (in grid) for Automation UPS neutral earthing. Panels installed in any other
buildings are to be grounded to the nearest earthpit if available, or separate earthpit to be
provided.
4.6 Surge Protection device between earthpit grids: All the earthing grid of Automation system
and all other earthing grids which have return path to the earthing system of automation, are
to be interconnected using lightening and surge protection devices (SPD Type 1) as per
specification mentioned in relevant section.
5.0 Earthing
5.1 Each panel, cabinet, console and other equipment in control room shall be provided with an
earthing lug. All these lugs shall be properly secured to the AC mains earthing bus.
5.2 Redundant earth pits & bus shall be provided for the system earth. Both earth pits shall be
connected to form a ring. Suitable distance shall be maintained between various earth pits
(minimum 3 meters) as per guidelines of API RP550.
5.3 All circuit grounds of electronic instruments, shields and drain wires of signal cables shall be
connected to instrument ground bus which is electrically isolated from the AC mains earthing
bus. This bus shall be typically 25mm wide and 6 mm thick of copper or 50 x 6 GI strip.
5.4 Earth-pit head must be covered properly, and clearly visible identification tags indicating
earth pit no., Earthpit resistance and date of testing etc as per direction of site in-charge.
5.5 Periodic checks of each earth pit shall be carried out and maintenance record must be kept.
5.6 All signal cables to be grounded to Instrumentation Earth pit near control room and all
Electrical Cables and Body Earthing to be done in Electrical Earth pit.
5.7 Isolation Spark Gap need to be connected between Instrumentation Earth pit and Electrical
Earth pit to have equipotential in case of any surge in the system.
5.8 Body earth of Field equipments, JBs and Tank top devices to be done in nearby Electrical
Earth pit/separate earth pit as the case may be.
5.9 Cable trays – Power /signal to be connected to nearest earth pit , at every 30 meters .
SR
DESCRIPTION MINIMUM REQUIREMENT
NO
1 Body & Cover Cast Al. Alloy (LM-6) minimum 5 mm thick.
2 Gasket Neoprene rubber
3 Terminals Clip on type, block locked at both ends suitable for up to 2.5 mm 2
conductor.
4 Tag nameplate to be provided
5 Paint Anti corrosive epoxy paint, shade light gray
6 Protection Suitable for area classified as zone-I, IIA & IIB, T6 as per IS2148 IP – 65
class or better as per IS – 2147
7 Other Explosion proof junction boxes shall have detachable cover, which is
fixed, to the box by means of cadmium plated hexagonal head screws.
Terminal shall be screw type, vibration proof, clip-on type, mounted on
nickel plated steel rails complete with end cover and clamps for each
row.
Sizing shall be done with due consideration for accessibility and
maintenance in accordance with the following guidelines
50 to 60 mm between terminals and sides of box parallel to terminals
strip for up to 50 terminals and additional 25 mm for each additional 25
terminals.
100 to 120 mm between terminals for up to 50 terminals and additional
25 mm for each additional 25 terminals.
All junction boxes shall be provided with external earthing lugs
All junction boxes shall be provided with 20% spare cable entries and
terminals. Each junction boxes shall have a minimum of 10% or 2 Nos.
whichever is higher, spare entries. All spare entries shall be with EXD
plugs.
All cable glands and plugs shall be of nickel-plated brass material. All the
cable glands shall be preferably NPT with PVC hoods unless otherwise
specified.
Double compression type cable glands shall be used for armoured cable.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 794
TECHNICAL SPECIFICATION
TUBING
5.0 Painting
5.1 This part of the specification is applicable to CS impulse pipes, instrument supports and all
other structural supports for cable trays, ducts, impulse tubes, airlines etc.
5.2 The surface to be painted shall be thoroughly cleaned with wire brush, sandpaper to remove
all scales. After cleaning, the surface is painted with one coat of red oxide zinc chromate
primer conforming to IS 1074 and allowed to dry completely.
5.3 Primer coated surface is painted with one coat of synthetic enamel paint to the color nearest
to the final paint and allowed to dry. The color number shall be from IS 5.
5.4 Final second coating shall be with the paint of desired colors and shall be selected from IS 5
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 795
TECHNICAL SPECIFICATION
CABLE GLAND
1.0 Sunshades / Canopy shall be provided to all field mounted instruments like Tank side
indicator, Bay queue display board, LED display for TT registration and Bay no. display,
Hydrocarbon detectors, electronic equipments having display units (TT, PT, TSI) and any
other equipments which are directly exposed to sunlight and rain and requires protection
as per OEM’s recommendations. Canopy shall be designed such that shape allow rain run-
off easily. Large lateral surface shall be provided for protection from the sun rays,
especially in case of low sun rays angles.
CALIBRATION
✓ Mass flow meter is used to measure the volume of product received or dispatched in our
storage locations.
✓ These flowmeters must be calibrated from time to time to prevent having inaccurate
readings. This periodic calibration is also to ensure that operations proceed in a safe and
timely manner.
✓ Mass flow meters are calibrated by comparing and adjusting their metering to correspond
with a predefined standard. Mass flow meter manufacturers typically calibrate their products
in-house after production.
✓ Flow meter calibration involves calibration of a flow meter which is already in use. Periodic
calibration is essential as flow meter readings will often go ‘out of phase’ over time due to
variable conditions involved in the processes.
✓ Calibration is done after the flow meter has been in operation for a while.
✓ Two methods of calibration are used, depending on the requirement in our locations:
o Volumetric (using the meter prover)
o Comparison (using reference meters)
✓ In IOCL Marketing locations, mass flow meters are being provided at custody transfer points
and also in TLF for loading of products in tank trucks.
✓ At present, we are providing the mass flow meters installed in a horizontal skid as per latest
Functional design requirements for loading tank trucks in TLF.
✓ Each metering skid supplied is having meter proving manifold for in-situ online calibration of
the mass flow meters (Main and Blend product) at respective loading points.
✓ Trolley mounted Mobile Master Meter Skid comprising of Master MFM, Master temperature
transmitter, RTD, thermo well and other accessories for online calibration of main and blend
product MFMs and Temperature transmitters is also being supplied as per latest FDR of TAS.
Master Temperature transmitter is connected to the Master MFM.
✓ Skid mounted mobile Prover tank along with accessories for calibration of main and blend
product meters is also being supplied as part of the terminal automation system.
✓ Mass flow meter supplied are having the ability of in situ check of the flow and density
calibrations and maintain Integrity of the system and the data is transmitted to host system.
✓ Mass flow meter also have the capability to alert user if out of Factory calibration so that the
calibration process can be scheduled and executed from Meter or Host system.
✓ In our locations, we are using the volumetric and comparison methods of calibration of mass
flowmeters.
✓ Master MFM is to be calibrated at FCRI, Palakkad at an interval of 3 years and stamping of
the Master MFMs/slave MFMs at location by Dept of Legal Metrology shall be done every year.
✓ All other MFMs are calibrated at respective OEM's laboratory or at any NABL accredited
Laboratory or at FCRI Palakkad before despatch in addition to proving and W&M stamping at
site.
✓ All Mass Flow Meters are calibrated for minimum 2-point density along with flow calibration
to verify accuracy of the meter.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 798
INTEGRATION WITH TAS
1. Respective tank of the mobile prover tank (2 KL or 1 KL) is filled upto the level calibrated
with water.
2. Water filled in the tank is drained and measured using calibrated W&M stamped 5 L jar
available in the location.
3. Difference if any in the volume measured using the 5 L jar and prover tank is adjusted using
the provision for adjustment given in the prover tank.
4. Above procedure is repeated till three consecutive readings are within +/-0.025% of the
prover tank volume and volume measured using the 5 L jar.
Initial calibration of MFMs to be carried out at four different flow rates set in the batch
controller (240, 960, 1680 and 2400 LPM) and the below procedure to be carried out for
calibration of MFMs till three times consecutive accuracy of the MFM readings are within +/-
0.1% of the master MFM. Suitable adjustment of K-factors to be done for achieving the desired
level of accuracy.
1. In the loading bay in the TLF in which the mass flow meter is to be calibrated, the mobile
prover tank to be positioned.
2. Loading arm to be connected to the tank truck or mobile prover tank in the 2 KL tank for
main product and 1 KL tank for the blend product.
3. Prover tank to be earthed using the earthing relay in the respective bay in which calibration
is being done.
4. Once the connections are verified, the calibration procedure is to be started by remote or
local preset of quantity in the batch controller of the respective bay MFM to be calibrated.
5. Compare the readings of the flow meter under test after the mobile prover tank loading is
completed.
6. Calibrate the flowmeter under test to conform with the mobile prover tank calibration by
adjusting the K-factor using the administrator password.
1. Place the master mass flow meter in series with the mass flow meter under test by connecting
the master mass flow meter skid in the online proving manifold of the meter under test.
2. FLP socket on each metering skid to be used for connecting Master MFM to Control room for
both main and blend product. FLP Plug provided in Master MFM to be used to connect it to
the FLP socket for signal interface.
3. In the loading bay in the TLF in which the mass flow meter is to be calibrated, the tank truck
or mobile prover tank to be positioned.
4. Loading arm to be connected to the tank truck or mobile prover tank in the 2 KL tank for
main product and 1 KL tank for the blend product.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 799
INTEGRATION WITH TAS
5. Prover tank or tank truck to be earthed using the earthing relay in the respective bay in which
calibration is being done.
6. Once the connections are verified, the calibration procedure is to be started by selecting the
option (i.e. main or blend product MFM) required in the separate GUI provided in OIC for
calibration.
7. Based on the calibration procedure selected in OIC (i.e main or blend product), the batch
controller is set with the required volume to be filled in the mobile prover tank.
8. The output of Master MFM provided on mobile skid is transmitted to Control room so that
Master MFM readings are available in OIC during calibration.
9. Compare the readings of the master flow meter and flow meter under test.
10. Calibrate the flowmeter under test to conform with the master flow meter calibration by
adjusting the K-factor using the administrator password.
Thus the mass flow meter calibration compares the measurements of a flow meter under test
to that of a calibrated flow meter or ‘master’ flow meter operating at the desired flow
standard and calibration to be adjusted accordingly.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 800
INTEGRATION WITH TAS
Pressure transmitters are installed at each product header line and these pressure
transmitters output will be fed to VFD PLC and TAS PLC though splitters (Cable to be laid by
Automation vendor). Hardwire ESD output/input to VFD Panel from Safety PLC will be
external interlock. Selector switch on VFD Panel door is provided for Product Group Selection
to VFD PLC/TAS PLC/Maintenance Mode. Each VFD has three position selector switches to
select Auto /Manual/Maintenance. All three modes to be shared to TAS DCS.
TFT screen provided along with VFD PLC should have provision for configuring the master e.g.
VFD ratings/ assigning groups/product groups. Nothing should be hardcoded while developing
thru logic and same to be provide thru front end master configuration. Typical data is shared
here to be shared with TAS. Final list and details shall be shared with successful bidder during
the execution.
For each of Product pump group, the system has following modes of Operations: -
1) VFD PLC
➢ VFD PLC Auto Mode (Local Auto)
➢ VFD PLC Manual Mode (Local Manual)
2) TAS PLC
➢ TAS PLC Auto Mode (Remote Auto)
➢ TAS PLC Manual Mode (Remote Manual)
This Mode will be envisaged only on failure of VFD PLC and Communication/Hardwire
connectivity from TAS PLC.
All VFD selector switch should be in manual mode. In this mode of operation VFD PLC/TAS
PLC will not have any control on pump operation. MCC operator will start the pump
individually from panel push button. Pump can be started from LCP Local push button
(Pump house).
This mode of operation will be envisaged on failure of VFD PLC but VFD Drive is healthy. Also
Hardwire communication with TAS PLC and header PT is in healthy condition.
Pump priority sequence , pressure set point , group start command, PID logic will be executed
in TAS PLC.
All VFD selector switch should be in auto mode. Thereafter on receipt of group start
command, logic will be executed in TAS PLC based on pressure input, speed of VFD will
varied. The sequence of the pump should not change while in running condition.
Based on header line pressure input, pump logic will be operated. If line pressure is below
set point, first VFD will start based on sequence selection (i.e. P1) if still pressure is not
achieved by first VFD(P1), second VFD(P2) will start to achieve the pressure set point and it
goes on. Reverse logic will be applied if pressure is above set point to shut down VFD’s in
sequence.
All VFD’s will be operated by hardwire inputs (DI/DO/AI/AO) from TAS PLC.
Interlocks of running conditions of pump in auto mode:
a. Pump demand will be present Δ
b. Centralized ESD – Healthy
c. Header line TOBV Open feedback
d. Any tank of said product is in dispatch mode
e. Gantry Permissive – Healthy
f. ESD PB – Product wise press at gantry – Healthy
g. ESD PB at VFD face plate – Healthy
h. Header pressure HIHI
i. Tank Outlet thru/tank mode set.
This mode of operation will be envisaged on failure of VFD PLC but hardwire communication
with VFD is healthy and header PT is not in healthy condition.
Pump priority sequence , group start command will be executed in TAS DCS based on number
of pump demands. Logic will be based on number of simultaneous pump demand, individual
VFD’s will be operated.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 803
INTEGRATION WITH TAS
For above modes (TAS DCS -AUTO & MANUAL MODE) all the pumps in that particular Group
should be in auto mode. If any individual pump put in local, then it will not cum under any
of above group. Such Local pump can be operated from Start/Stop Push buttons on Local
panel.
Maintenance Mode:
No operation is possible in maintenance mode. Feedback of maintenance will be provided in
system.
Each VFD has Maintenance Mode sector Switch. If any pump/Panel is put in maintenance, it
will not start in auto as well as in manual mode. Incomer MCCB of pump/panel will be tripped
automatically after selecting maintenance mode.
NOTE: Change of Grade selection can only be implemented at the END OF DAY.
Batch Operational Philosophy
Irrespective of Operating Modes of System, Batch Operation is Auto function which activates
immediately when Batch Start Input is received from TAS PLC, that maintains the Line pressure near
to the set point by switching ON and OFF pumps by VFD which are in auto mode at MCC level. For
fine adjustment of pressure, it also varies the frequency of VFD by PID Loop.
The Sequence of Batch Operation is as below
When Batch Start Input is High, Start the Highest priority Pump on VFD, and vary the frequency by
PID loop to maintain the Line Pressure near to set point.
If VFD speed is 50Hz and pressure in the line is below the set point, start next priority pump on VFD,
again vary the VFD speed by PID loop to maintain the line Pressure to set point.
If the frequency reached 50Hz and line pressure remains below-set point, Start the next priority pump
on VFD.
Whenever the frequency of VFD is going below 20 Hz and Line pressure is above the set point, then
stop the Highest (as per LIFO logic) priority pump and Vary the frequency by PID loop to maintain line
pressure near to set point.
❖ VFD PLC: -
❖ TAS PLC: -
1.0 At pipeline receipt locations where product are received through Pipe Lines,then following
signals / parameters are to be shared between Marketing and Pipeline Divisions. Required
cabling (OFC along with OFC components, Control cable) for interfacing of PLCs of Pipeline
Division with DCS of Marketing Division shall be done by Pipelines division, if the two
control rooms are not in the same building. In case there is a common control room, cabling
from Marketing DCS to PPL Division PLC panel are to be done by TAS vendor. Required
converter and accessories for transmission of serial data (if required) is in the scope of
TAS vendor at Marketing Control Room
3.0 TAS vendor is required to terminate the interface cables at Marketing Division DCS/ TAS
end and share the register details for above mentioned parameters (as stated under ‘2.1’)
to IOCL Marketing Division, for necessary interfacing to be done by Pipeline Division in their
PLC system. Similarly register details of above mentioned parameters (as stated under
‘2.2’) shall be shared with TAS vendor for necessary interface in TAS DCS, GUI, interlocks
developments as per FDR and tender documents.
Since there is common Mass Flow Meter installed at Pipeline Division for all the products,
provision shall be there in TAS to bifurcate the quantity of respective product receipt at
Marketing Terminal either through the status of pipeline exchange pit valves (opened or closed
position) if available or over Serial communication (if provided) or provision to be made in TAS
GUI for start and stop of batch of respective products manually as per direction of Engineer-in-
charge.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 806
INTEGRATION WITH TAS
The mass flow meters installed at OMC receipt / despatch pipeline are to be integrated with
TAS.
• In case IOCL being dispatch location, ESD actuation at receiving location should stop
the corresponding OMC transfer product pump and closes the DBBV/ MOV at exchange
pit (if available)
• In case IOCL being receiving location, audio visual alarm to be generated in TAS
incase ESD is activated at OMC end.
• At locations where product is being sucked by the receiving location, on activation
of ESD either at the dispatching or receiving location, receiving locations shall stop
the corresponding OMC receipt product pump and dispatching location shall close the
DBBV/ MOV at their exchange pit.
4.0 Required Graphical User Interface to be developed in TAS showing all the above mentioned
parameters along with provision for Start and Stop of batches by the operator for
accounting purpose.
Development of interface in TAS for posting of MFM data so received/ dispatched, to SAP for
generation of Receipt/Dispatch Out turn and same to be accounted for generation of AC-2A and
other product accounting documents. Required protocol document shall be shared with successful
bidder for interface development.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 808
INTEGRATION WITH TAS
1.0 The air compressor for pneumatic ROSOV is to be integrated with TAS and following
feedbacks to be made available in the system along with GUI.
Air Compressor
Running/Stop Status
Feedback Fault/ Trip
Pressure
3.0 In case pressure of pneumatic line goes below threshold/ preset value, an audio visual
alarm is to be generated to alert the operator.
5.0 The low pressure alarms received either from PT installed at furthest point or through air
compressor panel are to be sent to pipeline division as stated in corresponding section of
pipeline integration.
6.0 Required cabling for integration of the air compressor and PTs are to be done by TAS vendor
as per communication protocol of respective equipment or through hardwired.
1.0 General:
1.1 MOV and DBBV along with actuators and Master Control Station shall be free issued to
successful bidder for integration with TAS if not specifically mentioned in BOQ.
1.2 In case of free issue materials, installation of MOV & DBBV along with its 3 phase power cabling
shall be done by IOCL. Required signal and control cables for its integration with TAS are to
be supplied & laid by the successful bidder.
1.3 For Master Control Station, installation, configuration, testing and commissioning including
UPS power cabling is to be done by the successful bidder.
remotely as well as locally even in ESD conditions. In case the actuator has inbuilt feature
to bypass ESD bit, then the same to be configured in these actuators.
5.0 Vetting of communication topology so followed through Actuator OEM:
5.1 Vendor should get the cable topology vetted by respective actuator’s OEM (site specific) prior
to commencement of work. In case the performance and response of the actuators during
commissioning are not found satisfactory and job has not been carried out as per OEM’s vetted
cabling drawing, IOCL may ask the vendor to redo the entire cabling and termination works
as per OEM’s recommendations (site specific recommendations) at no additional cost to IOCL.
ROSOV INTEGRATIONS
1.0 General:
1.1 Electro-hydraulic ROSOV (Remote Operated Shut-Off Valve) minimum SIL 2 compliant shall be
free issued to successful bidder for integration with TAS if not specifically mentioned in BOQ.
1.2 In case of free issue materials, installation of ROSOV along with its 3 phase power cabling shall
be done by IOCL. Required signal and control cablings for its integration with TAS shall be in
the scope of the successful bidder.
Feedback:
• Common status contact (Monitors Relay trip feedback)
- Loss of one or more power supply phases
- Loss of Control Circuit supply
- Thermal cut out fault alarm for Actuator motor
- Excess Internal hydraulic pressure fault alarm
- Any other local fault/ abnormal condition.
• Local/ Remote selector switch positions
• Valve opened (Open limit switch)
• Valve Closed ( Close limit switch)
• Internal battery low (if actuator is provided with battery backup)
Note: Additional contacts with 24V DC or as per OEM’s standard shall be provided on each
actuator for drawing power to LED indication lamps of local push button station to be mounted
outside tank dyke wall based on Opened/Closed Status of the valve.
Control:
• Valve Open command
• Valve Close Command
• ESD
• Partial Stroke Test. (Momentary opening and closing of the ROSOV (5% or as per OEM
Standard) to check the healthiness of the valve). It should be integral and built in
feature of the actuator.
2.2 All the above mentioned terminals of the ROSOV along with open & close command form FLP
push button Station outside dyke wall are to be hardwired to Safety PLC for its integration
with TAS.
2.3 Following Feedback and Control for each ROSOV must be available in Safety PLC along with
required GUI & Interlock development:
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 813
INTEGRATION WITH TAS
2.4 All control and signal cables from Control Room to respective ROSOV and from ROSOV to FLP
local push button outside dyke wall shall be fire survival (FS) armoured Copper cable and shall
be in the scope of the TAS vendor.
2.5 ROSOV shall be provided with FLP double compression glands of standard size. However any
hardware like barriers, FLP cable gland reducers/ adaptor to suit the cable entry to ROSOV,
FLP junction boxes etc if required for integration of the ROSOV are to be provided by the
vendor and shall be part of vendor’s scope of work.
3.0 FLP Local Push Button Station (LPBS) outside Dyke Wall:
3.1 One number separate FLP push button station per ROSOV is to be provided outside Dyke wall
for operation of the ROSOV from outside Dyke wall. These push buttons shall be hardwired
with the respective ROSOV and Safety PLC for OPEN, CLOSE command and status indication.
Close operation from the push button station shall be irrespective of mode (Local/ Remote)
selected.
5.2 All ROSOVs which are in close conditions for a continuous period of 2 weeks, system shall
automatically generate active list of such ROSOVs which are due for partial stroke test with a
provision to manually issue partial stroke test command to respective ROSOV in GUI with
password protection.
PUMP INTEGRATION
1.0 All the product pumps (TLF, TW loading, OMC dispatch, TW unloading, ethanol, bio-diesel,
additive (XM & XP), blue dye etc), bore well, makeup water pump/ fire water sump pump,
static water pump, jockey pump, foam pump etc. are to be integrated with TAS for
following feedback and control(if available in system).
2.0 Provision shall be there to Start/ Stop of respective pumps from field (when local mode is
selected), through OIC (when Remote manual mode is selected) and from DCS (when
Remote Auto mode is selected)
3.0 Sequence selection, Mode selection, interlocks, status indication, etc shall be as per
functional design requirement (FDR) and relevant clauses of tender document.
4.0 Summary of interlocks for Auto Start & Stop of pumps when Remote Auto has been selected
in TAS and to be read in conjunction with tender document:
5.0 All product pumps shall stop in case of ESD as defined in the tender document. Other
pumps whose power is fed from Emergency panel shall continue to run as per interlocks
specified in the tender document.
6.0 All required control & Signal cables from respective batch controller unit, MCC panel,
pumps starter panel etc to Control room along with interlock & GUI development shall be
provided by the vendor.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 817
INTEGRATION WITH TAS
Fire Engines, Foam pump and Jockey pumps are to be integrated with TAS.
Fire Engine:-
1. Fire engine pump shall accept the start command from OIC in case of Remote Mode only. In
case of local mode, it shall run thru local panel only either in auto/manual mode. Feedbacks
to be shared to TAS irrespective of the local/remote and Auto/manual selection at local
control panel.
2. In case of Local mode from Local control panel. Engine will accept the command from local
control panel itself. If local and auto Mode selected from Local control panel, Fire Engine
pump will run in Auto mode thru pressure switch installed on header of hydrant line. To stop
the engine it is required to put Fire engine in Local and manual mode at local control panel,
than fire engine operator should stop the engine with push button installed on local control
panel.
3. In case of Local and Manual mode selected on Local control panel, Fire Engine pump should
run/stop thru respective push buttons on control panel manually.
4. In case of remote Mode selected on local control panel and Remote Auto mode at OIC, Fire
Engine will start on auto, based on pressure setting configured in OIC. Pressure to be taken
from PT on Hydrant Header line connected to Safety PLC. Fire Engine cannot be stopped in
auto from TAS.
5. In case of remote Mode selected on local control panel and Remote manual mode at OIC, Fire
engine will accept start command from OIC clients generated by operator. Fire Engine cannot
be stopped manually from OIC.
6. Fire engine shall be operated normally in Remote Auto mode thru TAS.
7. There should be a provision in TAS to select the sequence of operation of Fire Engines. TAS
shall have the facility to put Fire Engine in maintenance mode so that the system should not
attempt to give it a Start command. Such events should get logged on to the system with a
time stamp so that downtime for the equipment can be known in the form of report.
8. The fire engines shall be provided with auto start facility which shall function with the
pressure drop in the hydrant line and specified logic in sequence which shall be shared with
the successful bidder. Provision shall be there in the system to set/change the priorities of
the Engines to start i.e. to assign sequence of operation of engines. In the event of failure
to start the initial Engine or having started but fails to build up required pressure in the fire
water ring main system, the next engine in sequence shall start and so on. Stopping of Fire
Engines shall be done locally from the field.
9. In case of any of the Engine fails to start in spite of the command from the control room, an
alarm should be generated; next Engine in the sequence or standby Engine should start
automatically.
10. Following minimum signal shall be required to share from the Fire Engines to TAS:-
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 818
INTEGRATION WITH TAS
Fire Engine
a Running/Stop
b Low Lube Oil pressure Alarm
c High Coolant water temperature alarm
d Engine Over Speed
e Battery Low / Charger failure Alarm-1
f Battery Low / Charger failure Alarm-2 Feedbacks
g Fire Engine Auto/Manual Mode
h Fire Engine Local/Remote Mode
Jockey Pump:-
1. There shall be two numbers of Jockey pumps, (1 working and 1 standby). Normally only one
jockey pump shall be running. The other jockey pump shall be on standby mode. Either of
the pumps can be selected as main or standby through the Operator work station.
2. One number additional selector switch to be provided on the local control panel for Local
and Remote selection with feedback/status to control room on panel available near to jockey
pump in addition to Auto/manual Selection.
3. Jockey pump shall accept the command from OIC in case of Remote Mode only. In case of
local mode, it shall run thru local panel only either in auto/manual mode. Feedbacks to be
shared to TAS irrespective of the local/remote and Auto/manual selection at local control
panel.
4. If local and auto Mode selected from Local control panel, jockey pump will start/stop in Auto
mode thru pressure switch installed on header of hydrant line.
5. In case of Local and Manual mode selected on Local control panel, jockey pump should
run/stop thru respective buttons on control panel manually.
6. In case of remote Mode selected on local control panel and Remote Auto mode at OIC, jockey
pump will start/stop on auto, based on pressure setting configured in OIC. Pressure to be
taken from PT on Hydrant Header line connected to Safety PLC.
7. In case of remote Mode selected on local control panel and Remote manual mode at OIC,
Jockey pump shall accept start/stop command from OIC clients generated by operator.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 819
INTEGRATION WITH TAS
8. TAS shall stop the Jockey pump in case of fire engine is running and Jockey pump in Remote
mode.
9. There should be a provision in TAS to select the sequence of operation of jockey pumps. TAS
shall have the facility to put jockey pump in maintenance mode so that the system should
not attempt to give any command.
10. Following minimum signal shall be required to share from the jockey pump panel to TAS:-
Jockey Pump
a
Run Feedback
b
Pump Tripped
Feedbacks
c
Auto/Manual Mode
d
Local / Remote
E
Start Command
Controls
F
Stop Command
All pressure transmitters installed at hydrant are to be integrated with TAS with suitable GUI for
remote monitoring wherever required.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 820
INTEGRATION WITH TAS
The overall objective of the system is to feed foam compound to remote / portable / manual HVLR
monitors, MEFFG, etc continuously without any stoppage thereby making the fire fighting operation
effective and simultaneously alerting the personnel at the facilities so that they can respond to the
incident. The scheme mentioned below may change during execution and no separate payment
towards change in logic or philosophy shall be made.
The Centralized Foam feeding System shall consist of the following:
a. Foam Mother Tanks
b. Bladder Tanks
c. Foam pumps
d. Foam Daughter tanks
e. Under ground Foam Sump
f. Foam line Network
minutes of foam feeding, thus complying OISD requirement of 65 minutes (55 minutes by
mother foam tank + 10 minutes by daughter foam tank).
3.2 Each Foam daughter tank is to be provided with side mounted magnetic type Bi-color level
gauge along with level transmitter. The level transmitter shall be integrated with TAS for
level indication and interlock development.
3.3 One number MOV / SOV with bypass valve shall be provided at the inlet of the Foam daughter
tank and the same to be integrated with TAS. The outlet of the foam daughter tank shall be
connected to remote / portable / manual HVLR monitors, MEFFG, Fixed foam pourer System
etc.
Foam pump
Running/Stop Status
Feedback Trip/Alarm Feedback
Local/Remote
Start
Control
Stop
4.4 There should be a provision in TAS to select the sequence of operation of Foam pump i.e
assigning priority to foam pump in OIC when kept in Remote mode.
4.5 There should be a provision in the system to put foam pump under maintenance so that system
should not attempt to give it a ‘Start’ / ‘Stop’ command. Such events should get logged on
to the system with a time stamp so that downtime for the equipment can be known in the
form of report.
4.6 In case of any of foam pump fails to start in spite of the command from the control room, an
alarm should be generated; next foam pump in the sequence or standby foam pump should
start.
4.7 Foam pump shall have provision of Auto start in case of foam level goes below desired level
in daughter tanks and Auto stop provision in case reaches the threshold level.
4.8 Foam system can be operated in manual mode as well.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 822
INTEGRATION WITH TAS
4.9 Pressure Transmitters shall be provided in the discharge header line of Foam Pumps and the
same to be integrated with TAS for remote monitoring and alarm generation in case pressure
exceed the preset value.
In case any MOV in the above mentioned foam line is in local mode then the respective MOV
should blink with color code as per the current (opened/closed) status of the valve. In case any
Foam Pump is in local mode then the respective Foam pump should blink with color code as per
the current (Running/Stop) status of the respective Foam pump.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 823
INTEGRATION WITH TAS
1.0 MOVs installed at the sprinkler line of respective product tank are to be integrated with
TAS for remote feedback and control of the valve along with development of suitable GUI
and interlocks for remote operation of the sprinkler system.
2.0 All the MOVs in the sprinkler and fire hydrant line are to be integrated with TAS MOVs are
to be integrated with TAS Safety PLC over two wire communication system via Master
Control Station.
3.0 The actuator of all these MOVs shall be configured to bypass ESD command from TAS so
that operator can operate these MOVs even during ESD conditions.
4.0 Separate GUI shall be provided in OIC for fire fighting system. It shall display all the product
tanks with option to START/STOP sprinkler of corresponding tank. When START tab of any
particular tank is clicked, then respective MOVs installed in the sprinkler line of that
particular tank shall open automatically including MOVs installed in the fire hydrant
network (if the same is not in open condition) to ensure un interrupted supply of fire water
to the sprinkler system.
5.0 Sprinkler system should run based on manual generated command to individual MOVs or
based on manually declared command of fire status on tanks thru command button.
6.0 Fire sprinkler to run as per logic of requirement of 1 LPM and 3 LPM separately based on
OISD requirement of within R+30 or outside R+30 with in a dyke.
7.0 Fire Engine shall start automatically based on drop in hydrant line pressure due to opening
of sprinkler system MOV.
8.0 Similarly, when STOP tab of any particular tank is clicked, then first MOV in the sprinkler
line connected to corresponding tank shall close to stop sprinkler operation of that
particular tank.
Dedicated OIC is provided for Fire fighting System with interlocks and dedicated Graphical User
Interface (GUI) related to fire fighting equipments as stated below to be provided.
The GUI shall be user friendly and shall contain following minimum screens.
➢ Overview
➢ Fire Engine & Jockey pump
➢ Centralised Foam Feeding System
➢ Sprinkler System
➢ Fixed Foam Pourer System
➢ Water tanks, bore well & make up water pump
➢ Alarms
1.0 Overview Screen: In overview screen, it shall display the entire fire hydrant and foam
network. Status of all the connected MOVs/SOVs (Opened / Closed) shall be displayed
(Green color valve for opened and Red color valve for closed conditions) and Running/ Stop
status of respective fire engines, foam pump & bore wells to be displayed graphically.
In case any MOV in the above mentioned fire hydrant line and foam line is in local mode then
the respective MOV should blink with color code as per the current (opened/closed) status of
the valve.
In case any Fire Engine/ Foam Pump/ Jockey pump is in local mode then the respective Fire
Engine/ Foam pump/ Jockey pump should blink with color code as per the current
(Running/Stop) status of the respective Fire Engine/ Foam pump/ Jockey pump.
2.0 Fire Engine & Jockey Pump: It shall display the status of all the Fire Engines and Jockey
pumps as stated under integration scheme and provision shall be there for remote Start of
respective fire Engine, Start/Stop of Jockey pumps when kept in remote mode.
3.0 Centralised Foam Feeding System:It shall display the status of entire foam Feeding system
along with separate GUI for Foam mother tank, Foam daughter tanks, Foam pumps, PTs
etc as stated under Central foam feeding system section.
4.0 Sprinkler System: It shall display overall sprinkler system with status of MOVs, Tanks etc
as stated in Sprinkler system section.
5.0 Foam Pourer System: It shall display overall Foam pourer system with status of MOVs,
Tanks etc as stated in Foam pourer system section.
6.0 Water tanks, borewell & make up water pump: It shall display the water level and Volume
of water in each Fire water tank. It shall also display the status of bore well pumps & make
up water pumps / Fire water sump pump (Run/Stop, Trip/Alarm & Local/Remote) and
provision shall be there for remote start and stop of the pump when kept in remote mode.
7.0 Alarms: It shall display all the active alarms related to fire fighting system (water and
foam line) like MOV kept in local mode, MOV failed to open/ close, Alarms related to Fire
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 826
INTEGRATION WITH TAS
Engines, foam pumps, Bore well, make up water pump/ fire water sump pump, Jockey
pumps, Fire water tank level alarms, Minimum Stock level alarms etc.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 827
INTEGRATION WITH TAS
2.0 Trends are to be created for monitoring of historic data at later date.
3.0 Configurable Alarm limits to be maintained in DCS for generation of Alarms and alerting
user. Any interlock required as per user requirement same needs to be implemented.
4.0 Following Diagnostics to be made available in the DCS system in a graphical, task-based
interface the provides single-slick access to critical process/device information and
descriptive graphical trouble shooting for above mentioned devices:-
S. No. Diagnostics
2 On line communication
5 Incorrect Span
1.0 Minimum Following facility operation’s INTERLOCK status to be displayed on GUI (As
applicable):-
1. ROSOV
2. DBBV
3. MOV
4. PUMPS
5. FE
6. JOCKEY
7. FOAM PUMPS
8. BOREWELL
9. Barrier Gate
10. Etc.
3.0 Minimum Following facility should be covered for Dash board status displayed on GUI
(As applicable):-
1. Pump utilization —Product wise
2. Loading point utilization —Product wise
3. Jockey pump utilization
4. DG set utilization
5. Fire engine utilization
6. Foam pump utilization
7. Foam filling pump utilization
8. TLF barrier gate utilization
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 829
INTEGRATION WITH TAS
ANALTYICS
The primary objective is for implementing an analytics solution and provide capabilities for alert
generation for users, report generation and real time dashboards. Cost of the same is included in the
software package. The proposed analytics framework shall be a multi-level role based access system.
It can be integral /external part of DCS package. If it is separate system than login credential of the
DCS authentication framework shall be passed on to analytics framework.
After login, the users should be able to generate reports and access dashboard with required
information. User should be able to customizable dashboard, add or remove the analytics information
the user would like to access such as:
• All information available on the dashboard relevant login
• Task based interface
• Relevant summary reports
• Analytics against various attributes
• All this information must be available in reportable and shareable format
System shall provide typical industry established standard KPIs for performance, maintenance and
reliability. The solution shall perform statistical analysis to predict the future probability of any
machinery failing, alert generation based on the same. System should have possibility to integrate
with SAP system seamlessly; protocol for the same shall be shared with successful vendor. A complete
analysis must be done and to be used as feedback loop for machine learning model. It is possible to
generate preconfigured alerts based on data analysis and relevant associated data for likely
maintenance incidents. It is possible from the system for risk identification and calculation of an
index to rank criticality of assets
1.0 Product Pumps (>40 KW), Jockey pumps, Foam Pumps and DG sets electrical foot
prints/signature needs to be captured in DCS. Electrical Signature Analysis (ESA) is to be
done for motor and pump condition monitoring through the analysis of electrical signals
such as current and voltage, power factor, power consumption etc. Analytics needs to be
developed based on these inputs for altering user for any deviations from normal
performance of equipment as part of prediction algorithm. Expected results are downtime
reduction, increase in machine availability, maintenance cost, better management and
planning of maintenance etc. Software package should have the capability of remote
monitoring, reducing the human exposure to risks; detect mechanical failures in the motor
and load (pumps),problems related to misalignment or pump , electrical failures in the
stator and problems in the mains, etc.
Feedback: Minimum feedback on soft signal through RS-485 serial / TCP-IP communication
to be integrated from soft starter or DOL starter are as below or as per requirement of
IOCL:
• Ampere
• Power loss
• Motor overload
• Single Phase
• Earth leakage
• Under voltage
• RPM
• Winding Temperature high
• Line currents
• Ground current
• Average current
• Phase current imbalance
• Frequency
• Phase to phase voltage
• Phase voltage imbalance
• Average voltage
• Active power
• Reactive power
• Power factor
• Active energy
• Reactive energy
• Power Factor
• Capacitor healths status
• Capacitor on/off
• Control Alarm
• Hunting Alarm
• Value of capacitor in use
• Average Saving
2.0 Earth pit monitoring system shall be made available at site. TAS vendor need to integrate
it to DCS system. DCS system need to be generate alert and suggest the predictive
maintenance requirements for the same.
3.0 EH actuator to be integrated on HART with DCS system including hard wire with safety PLC
system. Electrical signature of Electrical hydraulic actuator need to be captured in AMS
(part of DCS) system. Diagnostics available in actuators need to be captured in HOST system
e.g. logical trending and histogram, sensor related data, operation data – Operation time,
operation profile, etc. System should also capture data like failures/faults (e.g. valve,
actuator, External), function check, out of specification. System also generates the alert
for maintenance or service required for the particular actuator.
6.0 Batch controller‘s following minimum indicative Diagnostics shall be available in Host
System/DCS e.g. are Valve fault, individual Card health status, Communication port status,
Solenoid Actuation Count, Add-Pak Diagnostics, Network diagnostics, Power etc are to be
made available in DCS. Any changes in batch controller K-factor or Meter Factor of
main/blend/additive product, Analysis to be done for such requirement during seasons etc.
7.0 Alarm overspill protection’s (AOPS) following minimum indicative Diagnostics shall be
available in Host System/DCS e.g. are electronic and mechanical health, Fork conditions,
coated or blocked, and extreme corrosion, critical alarm duties etc.
8.0 Diagnostic related to Radar gauges & CIU should be available in the system.
12.3 Master and standby switchover (%)- During a (week/month/Quarter) :- LRC, DCS, Safety PLC,
CIU,TFMS server, CCTV server, Analytic server, Terminal server, Ethernet switches, MCS etc.
12.4 Diagnostics of MCS,FAS etc. to be made available in the system.
Over and above this ,Analytics & diagnostics shall be discovered with successful bidder.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 835
RECOMMENDED VENDOR LIST
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 836
RECOMMENDED VENDOR LIST
EX-PROTECTA
SCULLY
ANDERSON
EARTHING RELAY (GROUNDING UNIT ) – EMERSON (DANIEL)
18
RESITANCE CAPACITVE TYPE BALIGA
ADVANCED SYSTEK PVT LTD
NEWSON-GALE
TOSHNIWAL
TITAN
FMC TECHNOLOGIES (SMITH)
CHEMTEC
19 ADDITIVE METER/ ADDITIVE BLOCK EMERSON (DANIEL)
HONEYWELL
CRYOGENIC LIQUIDE
MESS+FORDER TECHNIK GWINNER
GmbH
CRYOGENIC LIQUIDE
DENCIL
20 ADDITIVE& BLUE DYE TANK TOSHNIWAL
SPX PROCESS EQUIPMENTS
ADVANCED SYSTEK PVT LTD
MILTON ROY
SPX PUMP
21 ADDITIVE & BLUE DYE PUMP SCHERZINGER
ACCUFLOW SYSTEM
BLACKMER
BHARAT BIJALEE
ADDITIVE & BLUE DYE FLP MOTOR AND CROMPTON GREAVES
22
AGITATOR PEW (PRECISION ENGINEERING WORKS)
KIRLOSKAR
FMC TECHNOLOGIES
IDEX (LIQUID CONTROLS GROUP)
FLASH POINT
23 PROVER TANK (MOBILE PROVER SYSTEM)
CRYOGENIC LIQUIDE
TOSHNIWAL
STEELFAB ENGINEERING PVT. LTD
KIRLOSKAR
KSB
24 PROVER PUMP
SULZER
FLOWSERVE
BHARAT BIJALEE
CROMPTON GREAVES
25 PROVER FLP MOTOR
PEW (PRECISION ENGINEERING WORKS)
KIRLOSKAR
26 PROVER FLP STARTER BALIGA
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 840
RECOMMENDED VENDOR LIST
EMERSON (VIRGO)
MICRO FINISH
AQUA
LEADER
FLOWSERVE
DEMBLA
KSB
MEVADA
NUTECH CONTROLS
32 NON RETURN VALVE SWAGELOCK
PARKER HANNIFIN
LARSEN & TOUBRO
FISCHER XOMOX
FLOW CHEM INDUSTRIES
LEADER
NUTECH CONTROLS
33 (a) PRESSURE & THERMAL RELIEF VALVE SEBIM
KEYSTONE
TYCO SANMAR
PNEUCON VALVES
DARLING MEUSCO
MEKASTER
PARKER HANNIFIN
NIRMAL INDUSTRIES
FAINGER ENGINEERING
KINGSLEY
PLANET VALVES
LASER
33 (B) BACK PRESSURE VALVE MEKASTER
PNEUCON VALVES
KEYSTONE
DARLING MEUSCO
PARKER HANNIFIN
EQUILIBAR LLC
TYCO SANMAR
NIRMAL INDUSTRIES
34 PIPE JINDAL PIPES
INDIA SEAMLESS
MAHARASHTRA SEAMLESS
TATA STEEL.
35 TURBINE METER EMERSON (DANIEL)
IDEX (LIQUID CONTROLS GROUP)
FMC TECHNOLOGIES (SMITH)
ROCKWIN FLOWMETERS
36 FLOW STRAIGHTNER ROCKWIN
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 842
RECOMMENDED VENDOR LIST
EMERSON (DANIEL)
IDEX (LIQUID CONTROLS GROUP)
FMC TECHNOLOGIES (SMITH)
37 DENSITY METER WITH TRANSMITTER, EMERSON (SOLATRON)
DENSITY PROBE SARASOTA (PEEK)
BOPP & REUTHER
ANTON PAAR
ENDRESS+ HAUSER
EMERSON (MICROMOTION)
FMC TECHNOLOGIES (SMITH)
HEINRICH MESSTECHNIK, GmbH
LEMIS BALTIC
YOKOGAWA
38 PRESSURE/ TEMPERATURE INVENSYS (FOXBORO)
TRANSMITTER/DIFFERENTIAL PRESSURE EMERSON (ROSEMOUNT)
TRANSMITTER ABB
YOKOGAWA
HONEYWELL
FUJI
ENDRESS+ HAUSER
MOORE
39 RTD WITH THERMOWELL NAGMAN
GENERAL INSTRUMENTS
ALTOP
DETRIV INSTRUMENTATION
THERMOCOUPLE PRODUCT
PYRO ELECTRIC
40 DIFFERENTIAL PRESSURE GAUGE/ PRESSURE A.N. INSTRUMENTS
GAUGE GENERAL INSTRUMENTS
HIRLEKAR PRECISION
H - GURU
WIKA
PRECISION (ASHCROFT)
MANOMETER (INDIA)
FORBES MARSHAL
BAUMER
41 PRESSURE SWITCH - FLP / WP INDFOS
SWITZER INSTRUMENTS LIMITED
WIKA
BOURDAN
42 RADAR WITH ACCESSORIES FOR CUSTODY EMERSON (ROSEMOUNT)
TRANSFER USE & TFMS SOFTWARE HONEYWELL (ENRAF)
ENDRESS+ HAUSER
43 AOP DEVICE - LEVEL SWITCH - SIL2 EMERSON
CERTIFIED (HFT 0) ENDRESS+ HAUSER
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 843
RECOMMENDED VENDOR LIST
VEGA
44 SIL VERIFICATION / VALIDATION / TÜV
CERTIFICATION AGENCIES RISKNOWLOGY
HIMA
45 MULTIPOINT TEMP SENSOR, WATER EMERSON
INTERFACE PROBE HONEYWELL (ENRAF)
ENDRESS+ HAUSER
46 ULTRASONIC LEVEL TRANSMITTER/GUIDE EMERSON
WAVE LEVEL TRANSMITTER ENDRESS+ HAUSER
KROHNE MARSHALL
MAGNETROL
VEGA
47 GUIDED WAVE RADAR EMERSON
HONEYWELL (ENRAF)
ENDRESS+ HAUSER
VEGA
48 CONTROL PANELS & CONSOLES RITTAL
ENCLOTEK
LOTUS
PYROTECH
HOFFMAN
SCHNEIDER ELECTRIC
EVANS
49 (a) PROCESS PLC SIEMENS
EMERSON
SCHNEIDER ELECTRIC
HONEYWELL
MITSUBISHI
ROCKWELL AUTOMATION - ALLEN
BRADLEY
INVENSYS
ABB
YOKOGAWA
RTP
49 (b) DISTRIBUTED CONTROL SYSTEM (DCS) HONEYWELL
INVENSYS
ABB
YOKOGAWA
EMERSON
SIEMENS
RTP
SCHNEIDER ELECTRIC
GE
50 SIL3 SAFETY PLC ROCKWELL AUTOMATION
HONEYWELL
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 844
RECOMMENDED VENDOR LIST
YOKOGAWA
HIMA
INVENSYS - TRICONEX
EMERSON (DELTA V SIS)
SIEMENS
SCHNEIDER ELECTRIC
GE
ABB
RTP
51 SIL-2 HYDROCARBON IR DETECTOR, GENERAL MONITOR
TRANSMITTER AND SYSTEM MSA
DRAGER
HONEYWELL
DETERONICS
EMERSON (NET SAFETY)
52 Exd / FLP MOV ACTUATOR & MASTER ROTORK
CONTROL STATION LIMITORQUE
AUMA
EIM CONTROLS
BIFFI – ITALY
53 COMPUTER WORKSTATION WITH MONITOR HP
COMPAQ
IBM
DELL
LENOVO
54a SERVER WITH MONITOR(For TAS-MS, TFMS, HP
CCTV and ACS) COMPAQ
IBM
DELL
STRATUS
NEC
54b REDUNDANCY SOFTWARE FOR NON FT TAS- STRATUS
MS SERVER NEC
SYMANTEC
VMware
55 DOT MATRIX PRINTER/ LINE WIPRO
MATRIX/RECEIPT PRINTER EPSON
TVSE
PANASONIC
56 LAYER 2/LAYER 3 GIGABIT ETHERNET HP
SWITCH CISCO
MOXA
DELL
NORTEL
ALLIED TELESYS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 845
RECOMMENDED VENDOR LIST
MECO
RISHABH
68 TERMINAL BLOCKS ELMEX
CONNECTWELL
C&S
PHOENIX
WAGO
WEIDMULLAR
69 PROTECTIVE RELAYS ALSTOM INDIA LTD (EE)
ABB
70 LAMP CLUSTER /(PUSH BUTTON) SIEMENS
LARSEN & TOUBRO
BCH
71 CONTROL & SELECTOR SWITCHES SIEMENS
LARSEN & TOUBRO
GE
KAYCEE
SCHNEIDER ELECTRIC
72 AC POWER CONTACTOR SIEMENS
LARSEN & TOUBRO
GE
KAYCEE
SCHNEIDER ELECTRIC
CONTROLS & SWITCHGEAR.
73 THERMAL OVERLOAD RELAYS SIEMENS
LARSEN & TOUBRO
GE
ABB
SCHNEIDER ELECTRIC
CONTROLS & SWITCHGEAR.
74 AUXILIARY CONTACTORS, ELECTRICAL SIEMENS
RELAYS LARSEN & TOUBRO
GE
BCH
ALSTOM INDIA LTD (EE)
75 UPS VERTIV
HITACHI HI-REL
SCHNEIDER ELECTRIC
76 BATTERY - VRLA / Ni-Cd SMF AMARARAJA
GLOBAL YUASA
ROCKET
HBL
EXIDE
PANASONIC
77 HOKE
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 848
RECOMMENDED VENDOR LIST
DIGILINK
STSTIMAX
84 RFID TAGS & RFID READER SIEMENS
MOTOROLA
85 AIR COMPRESSOR + DRYER UNIT ATLAS CAPCO
CHICAGO PNEUMATICA
KAISER
INGERSOLL RAND
86 CAMERA SURVEILLANCE SYSTEM
A WEATHER PROOF AND FLAMEPROOF PELCO
CAMERAS, ENCODER AMERICAN DYNAMICS
PANASONIC
HONEYWELL
BOSCH
INFINOVA
SONY
AXIS
INDIGO VISION
B LENS TAMRON
C VMS, ANALYTICS SOFTWARE PELCO
AMERICAN DYNAMICS
PANASONIC
HONEYWELL
BOSCH
INFINOVA
SONY
AXIS
INDIGO VISION
MILESTONE
GENTEC
NICE
I2V
D NAS/SAN NetApp
EMC
HP
FUJITSU
DELL
E LED LAMPS NICHA
CREE
PHILIPHS LUMILED
OSRAM
F LED LIGHT FIXTURES BAJAJ
HAVELLS
PHILIPS
CROMPTON GREAVES
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 850
RECOMMENDED VENDOR LIST
PHILIPS
CROMPTON GREAVES
87 ACCESS CONTROL SYSTEM
A ACCESS CONTROLLER HID
DDS
HONEYWELL
GALLAGHER
TYCO/JCI
RBH
B PROXIMITY CARD READER / BIO METRIC HONEYWELL
READER VIRDI
SIEMENS
BOSCH
GALLAGHER
HID
LENEL
RBH
TYCO
INVIXIUM
IDEMIA
HID
C SMART/Proximity CARD NXP
IDEMIA
HONEYWELL
SCHNEIDER ELECTRIC
SIEMENS
D ACCESS CONTROL SOFTWARE
BOSCH
JOHNSON CONTROL
GALLAGHER
SIVANANDA ELECTRONICS
DOOR FRAME METALLIC DETECTOR, HAND RAPISCAN
E
HELD DETECTOR ELEKTRAL
GODREJ
MAGNETIC AUTO CONTROL
AUTOMATIC SYSTEMS
BOON EDAM
RETRACTABLE FLAP TYPE PEDESTRIAN
F CAME
BARRIER
SAIMA
DORSET KABA
GUNNEBO
G VEHICLE BARRIER MAGNETIC AUTO CONTROL
AUTOMATIC SYSTEMS
CAME
TENSA
FAAC
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 852
RECOMMENDED VENDOR LIST
AUTODOOR
SKIDATA
ELKA
DORSET KABA
GUNNEBO
MAGNETIC AUTO CONTROL
AUTOMATIC SYSTEMS
SAIMA
H TURNSTILE GATE (TRIPOD TURNSTILE) BOON EDAM
CAME
DORSET KABA
GUNNEBO
MAGNETIC AUTO CONTROL
AUTOMATIC SYSTEMS
BOON EDAM
I SWING GATE SAIMA
CAME
DORSET KABA
GUNNEBO
88 FIRE ALARM SYSTEM
APOLLO
EDWARDS
DETECTORS (PHOTO ELECTRIC TYPE SMOKE,
HONEYWELL(NOTIFIER)
A HEAT, COMBINED/ MULTISENSOR)&
SYSTEM SENSOR.
RESPONSE INDICATOR
SIEMENS
BOSCH
EDWARDS
FIRE ALARM CONTROL PANELS / REPEATER HONEYWELL(NOTIFIER)
B
PANEL CEREBRUS (SIEMENS)
BOSCH
CEREBRUS (SIEMENS)
EDWARDS
HONEYWELL(NOTIFIER)
C INDOOR TYPE MANUAL CALL POINTS METASYS
PYROTRONICS
APOLLO
BOSCH
APOLLO
EDWARDS
FAULT ISOLATION, CONTROL MODULE &
D HONEYWELL(NOTIFIER)
MONITOR MODULE
SYSTEM SENSOR.
BOSCH
E SIRENS KHERAJ
BALIGA
F FLP MANUAL CALL POINTS ENCLOSURE
FLAMEPROOF EQUIPMENTS PVT. LTD.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS
based Terminal Automation System comprising of Tank Truck
Loading System, Tank Farm Management System, Photo Pass
Management System, Access Control System, Fire Alarm System,
PA system, Telecommunication System, Hydrocarbon Vapours
Detection System, Fire Fighting Automation System etc along with
associated works at Vallur, Chennai.
Page No. 853
RECOMMENDED VENDOR LIST
NEUMAN ELEKTRONIK
SVR CONSULTING
ZENITAL
ARMTEL
HONEYWELL
TADIRAN
99 IP-PABX SIEMENS (UNIFY)
ALCATEL
PHILIPS
NEC
CISCO
100 RACK TYPE LED/LCD MONITOR ATEN
BLACKBOX
101 CONTROL ROOM INTERIOR EMINENT COLONIZERS
PYROTECH WORKSPACE SOLUTIONS
DECOR HOME (I)
TEMFLO SYSTELS
Note:
1.0 All the Exproof /Intrinsic items located in hazardous area shall have CMRS/CPRI/ERTL, BIS
and CCE no. and certification.
2.0 In case of imported items the Exproof /Intrinsic certification from following agency shall
be provided. i.e. ATEXFM / BASEEFA / PTB/ KEMA/ TUV etc. CCOE certificate is
mandatory for both Indian and imported item. Also CE mark shall be available and
complying all EMC directives for imported item.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 855
REPORTING & CO-ORDINATION
In addition to the above, OWENR/PMC may request expediting report based on visit of
CONTRACTOR’s representative in case of orders which were though not critical at the time of
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 856
REPORTING & CO-ORDINATION
order placement however become subsequently critical during project execution due to any
reason.
LIST OF SPARES
MINIMUM LIST OF SPARES TO BE KEPT AT TERMINAL DURING WARRANTY & COMPREHENSIVE
ANNUAL MAINTENANCE PERIOD
All Mandatory spares as per given list are to be supplied as per list below. Spares indicated above
are minimum. Any additional items required during the warranty and CAMC period, the same
shall be maintained at site by TAS vendors. The spares shall be replaced as and when it is
consumed. Additional quantity may be kept at the terminal by the Vendor based on OEM
recommendation. Tenderer to specifically indicate the spares / items which are not
applicable to the equipment offered by them in technical bid document.
5% of the annual CAMC cost shall be towards maintenance of these mandatory spares and shall
be paid on basis joint sign off spares inventory during quarterly visits of CAMC. Pro Rata recovery
may be done based on IOCL discretion if not maintained as per requirement.
Note:
1. * MEANS WHICH EVER IS HIGHER.
2. % Qty to be rounded to upper nearest higher number.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 860
TRIAL AND OBSERVATION PERIOD CHECKLIST
12.11 MOVs
12.12 Deluge Valves
12.13 Wailing Siren
13 CONTROL ROOM, S&D, Security Room, TM room, PPL CR
13.1 General
13.2 UPS
13.3 DCS
13.4 Safety PLC
13.5 SIL Verification & Validation
13.6 GSM Modem
13.7 LED display screen for critical alarm
13.8 LED display screen for fire fighting
13.9 IT Equipments
13.10 Redundancy Checks
13.11 Softwares & Interlocks
a General
b Login
c GUI
d Alarms and Events
e Trending
f Reports
g SAP - TAS interface
h Database Back-up and retrieval
i Training
j Readiness for SAT
k Documentation
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 863
TRIAL AND OBSERVATION PERIOD CHECKLIST
1 Verification
2 TLF Gantry
2.1 GENERAL
2.4 DCV
• No flow
• Stop from RIT, BCU and CR
• DPT - Strainer choked by 50%
4.1 GENERAL
4.3 AOPS
4.4 MSTW
i Dormant Mode
ii Receipt Mode
iv Recirculation mode
v Maintenance mode
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 884
TRIAL AND OBSERVATION PERIOD CHECKLIST
i Hi
ii Operator Hi
iii Hi-Hi
iv Hi-Hi-Hi
v Lo
vi Lo-Lo
5 CCTV System
8 ESD system
9 Pipeline Interface
Whether following signal of Marketing
Division has been interface with PPL
Divisions through MODBUS communication
on serial interface as per tender
document?
Product Level reading
ESD signal
10 Cable laying
11 Earth pit
b ROSOV Operation
c DBBV operation
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 899
TRIAL AND OBSERVATION PERIOD CHECKLIST
13.1 General
13.2 UPS
i On ESD activation
13.8 IT Equipments
iv LRCS to SAP
v TTES to LRCS
vi OIC to LRCS
i LRCS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 910
TRIAL AND OBSERVATION PERIOD CHECKLIST
ii TFMS Server
iii TTES
iv Terminal Server
vi Network Switch
xii UPS
b Login
c GUI
Alarms
Alarm Acknowledgements
Return to Normal
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 914
TRIAL AND OBSERVATION PERIOD CHECKLIST
Communications Alarms
e Trending
f Reports
J Training
l Documentation
Note: Conducting SAT does not mean acceptance of the system and Auto start of warranty. Warranty
starts only when SAT has been accepted without observations. IOCL to clearly spell out on joint
statement of acceptance or rejection of SAT.
Vendor shall use the above SAT checklist after getting confirmation from IOCL, for changes if any.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 917
LIST OF DRAWINGS
CAMC CHECKLIST
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 918
LIST OF DRAWINGS
1 TLF Gantry
1.1 GENERAL
Whether the flow metering system
comprising of strainer cum air
eliminator, ON-OFF valve, MFM, RTD,
A
Tap off point for proving system, DCV,
TRV across DCV, isolation valve &loading
arm, metering skid are working properly?
Whether all cables in gantry laid through
B
Cable trays are in tact?
Whether proper glanding and termination
including plugging of unused opening
with Exd. blind plug, cable tagging using
C Aluminium strap, tightening of all the
screws, body earthing of Batch
controller, card reader, RIT, end of bay
lamp, JBs, earthing relay etc is in tact?
Whether body earthing of all electrical
equipments using insulated earthing
D
cable and connected to instrument
earthing grid/pit is in tact?
Whether Jumper/bonding provided
E across all flange joints in metering
assembly line is in tact?
1.2 Mass Flow meter
Whether all the display parameters are
A
available in the local display unit?
Whether all gantry MFMs interfaced with
respective batch controllers (pulses and
digital/analog input/output) as well as
B with TAS (Serial/TCP IP communication)
and all the parameters including
diagnostic features/alarms are available
in TAS
Whether overall batch accuracy is within
C permissible limit of +/-0.05% when re-
verified through standard/ Master MFM?
1.3 Strainer cum Air Eliminator
Whether all strainer cum Air Eliminator
A in the metering assembly are functioning
properly?
Whether DPT installed across the
Strainer cum air eliminator interfaced
B
with Batch Controller/ TAS is working
properly?
1.4 DCV
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 919
LIST OF DRAWINGS
Any other
Whether hooter provided in Control room
B
for critical alarms is working?
Whether all the alarms as stated above
are being configured and only active
alarms are being displayed? Active alarm
C should blink if not Ack, Steady if
acknowledged and alarm conditions
persists and Auto clear if Alarm condition
is cleared?
10.7 IT Equipments
Whether the clock for all the LRCS, TFMS
Server, OICs, TFMS PC, TTES, EWS
A connected to LAN are synchronized with
LRCS and are showing same date and
time?
Whether all the LRCS, TFMS Server, OICs,
TFMS PC, TTES, EWS has been configured
B
and communications are healthy on both
LAN?
Whether LRCS, CCTV servers, TFMS
servers, CIUs, NAS/SAN positioned into
lockable enclosure in the control panel
C
with smart card reader which shall be
used by authorized person and details to
be logged in TAS/ACS is working.
10.8 Redundancy Checks
Whether redundancy of following
A
Communication Links checked?
I Batch controller to Terminal Server
Ii Terminal Server to Network Switch
iii TFMS to LRCS
Iv LRCS to SAP
V TTES to LRCS
Vi OIC to LRCS
Vii Process PLC processor to PLC I/O racks
Viii Safety PLC processor to PLC I/O racks
Whether the following hardwares which
B are in redundant mode have been
checked for the said functionality?
I LRCS
Ii TFMS Server
iii TTES
Iv Terminal Server
V TFMS Communication Interface Unit
vi Network Switch
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 944
LIST OF DRAWINGS
Note: The above checklist given is tentative and the final list shall be shared by IOCL before
commencement of CAMC.
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 945
LIST OF DRAWINGS
FORMATS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 947
FORMATS
VMS DASHBOARD
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 952
FORMATS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 953
FORMATS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 954
FORMATS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 955
FORMATS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 956
FORMATS
WEB SERVER
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 957
FORMATS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 958
FORMATS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 959
FORMATS
TENDER NO: HCC/XXX/PT-XXX/2023-24
Design, supply, installation, testing and commissioning of DCS based
Terminal Automation System comprising of Tank Truck Loading
System, Tank Farm Management System, Photo Pass Management
System, Access Control System, Fire Alarm System, PA system,
Telecommunication System, Hydrocarbon Vapours Detection System,
Fire Fighting Automation System etc along with associated works at
Vallur, Chennai.
Page No. 960
FORMATS