You are on page 1of 122

Engineering Consultancy Contract for I & C of INRP 2014

GOVERNMENT OF INDIA
BHABHA ATOMIC RESEARCH CENTRE
NUCLEAR RECYCLE BOARD
ANUSHAKTINAGAR, MUMBAI 400094

TENDER DOCUMENT FOR

ENGINEERING CONSULTANCY CONTRACT

FOR

INSTRUMENTATION AND CONTROL SYSTEM

OF

INTEGRATED NUCLEAR RECYCLE PLANT


TARAPUR

COPY NO.

TENDER NO.: BARC/NRB/INRPWMD/ECC I & C/2014/ 01

REV. NO. R0

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 1 of 122


Engineering Consultancy Contract for I & C of INRP 2014

INTENTIONALLY BLANK

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 2 of 122


Engineering Consultancy Contract for I & C of INRP 2014
INDEX

PART – A .................................................................................................................................. 6

1. NOTICE INVITING TENDER .................................................................................................... 7


2. REVISED SCHEDULE FOR TENDER PROCESSING ......................................................... 13

PART – B .................................................................................................................................14
REQUEST FOR PROPOSAL ...................................................................................................14

SECTION-1: INFORMATION TO CONSULTANTS ................................................................... 15

1. INTRODUCTION ......................................................................................................................... 15
2. CLARIFICATION & AMENDMENT OF TENDER DOCUMENT ........................................... 15
3. PREPARATION OF PROPOSAL ................................................................................................ 16
4. SUBMISSION, RECEIPT & OPENING OF PROPOSALS ........................................................ 18
5. PROPOSAL EVALUATION ........................................................................................................ 19
6. DISCUSSIONS PRIOR TO AWARD OF CONTRACT .............................................................. 20
7. AWARD OF CONTRACT ........................................................................................................... 21
8. TERMINATION OF CONTRACT ............................................................................................... 21
9. DEFECT LIABILITY ................................................................................................................... 21
10. DATA SHEET .............................................................................................................................. 22

SECTION -2........................................................................................................................................ 26
STANDARD FORMATS FOR PREPARATION OF TECHNICAL PROPOSAL ..................... 26

2A. TECHNICAL PROPOSAL SUBMISSION FORM ..................................................................... 27


2B. FIRM‟S REFERENCES .............................................................................................................. 28
2C. COMMENTS/SUGGESTIONS OF CONSULTANT ................................................................. 29
2D. DESCRIPTION OF METHODOLOGY, WORK PLAN AND RESOURCE DEPLOYMENT
FOR PERFORMING THE ASSIGNMENT ................................................................................ 30
2E . TEAM COMPOSITION & TASK ASSIGNMENTS.................................................................. 31
2F. FORMAT OF CURRICULUM VITAE (CV) ............................................................................ 32
2G. EXPERTISE ON DESIGN, ANALYSIS, ENGINEERING, DATA COLLECTION & ............ 33
INTERPRETATION, PLANNING & PROJECT MANAGEMENT TOOL ............................. 33
2H. ACTIVITY (WORK) SCHEDULE ............................................................................................. 34
2J. BREAKDOWN OF TIME & EFFORT ....................................................................................... 35
2K. QUALITY ASSURANCE SYSTEM .......................................................................................... 36

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 3 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2L. PARTICULARS OF SUB-CONTRACTING............................................................................. 37
2M. PARTICULARS OF ASSIGNMENTS IN HAND .................................................................... 38
2N PARTICULARS OF LITIGATION HISTORY .......................................................................... 39

SECTION-3......................................................................................................................................... 40
STANDARD FORMATS FOR PREPARATION OF FINANCIAL PROPOSAL ...................... 40

3A. FINANCIAL PROPOSAL SUBMISSION FORM .................................................................... 41


3B. SUMMARY OF COSTS FOR CATEGORY–A TYPE OF WORK-
LUMP SUM COST .................................................................................................................... 42
3C. SUMMARY OF COSTS FOR CATEGORY –B TYPE OF WORK ......................................... 43
3D. BREAKDOWN OF COST OF TIME ........................................................................................ 44
3E. MILESTONES FOR PAYMENT OF CONSULTANCY CHARGES AND
SCHEDULE OF CATEGORY-A TYPE OF WORK, LUMP SUM CONTRACT ................... 45

SECTION-4......................................................................................................................................... 50
STANDARD FORM OF CONTRACT ............................................................................................ 50

4A. DRAFT FORM OF CONSULTANCY CONTRACT ................................................................ 51


4B: GENERAL CONDITIONS OF CONTRACT (GCC) ................................................................. 53
4C: SPECIAL CONDITIONS OF CONTRACT (SCC) .................................................................... 65
4D Additional clauses UNDER SPECIAL CONDITION OF CONTRACT (USCC) ...................... 68

SECTION – 5: TERMS OF REFERENCE (TOR) ........................................................................ 75

1. INTRODUCTION ........................................................................................................................ 75
2. OBJECTIVE ................................................................................................................................ 75
3. SCOPE OF THE WORK ............................................................................................................. 75
4. SCHEDULE FOR COMPLETION OF THE ASSIGNMENT .................................................... 76
5. DATA, INFORMATION, DOCUMENT, REPORTS, SERVICES AND FACILITIES
TO BE PROVIDED BY THE CLIENT ....................................................................................... 77
6. DELIVERABLES BY THE CONSULTANT ............................................................................. 77
7. PROCEDURE FOR PROGRESS REVIEW, STATUS ETC OF THE ASSIGNMENT............. 77
8. LIST OF KEY PROFESSIONAL POSITIONS WHOSE CV AND EXPERIENCE
WOULD BE EVALUATED. ....................................................................................................... 77
9. LIST OF FACILITIES THAT NEED TO BE AVAILABLE WITH THE CONSULTANT
AND WOULD BE EVALUATED. ............................................................................................. 78
10. ACCEPTANCE CRITERIA ........................................................................................................ 78

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 4 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDICES .................................................................................................................................... 80
ANNEXURES ..................................................................................................................................... 94

PART – C ............................................................................................................................................ 98
TECHNICAL SPECIFICATIONS AND DESIGN GUIDELINES .............................................. 98

1. GENERAL .................................................................................................................................... 99
2. DESCRIPTION OF PLANT ..................................................................................................... 100
3. INSTRUMENTATION & CONTROL SYSTEM .................................................................. 107
3.1 INTRODUCTION .......................................................................................................... 107
3.2 BROAD CLASSIFICATION OF I & C SYSTEMS ...................................................... 107
3.3 PRINCIPAL DESIGN CRITERIA ................................................................................. 107
3.4 SAFETY FEATURES .................................................................................................... 108
3.5 SYSTEM DESCRIPTION .............................................................................................. 110
3.6 CONTROL ROOMS ...................................................................................................... 112
3.7 CONTROL POWER SUPPLY ....................................................................................... 113
3.8 RADIATION MONITORING SYSTEM (RMS) ........................................................... 113
4. QUALIFICATION OF INSTRUMENTS ................................................................................ 116
4.1 GENERAL ...................................................................................................................... 116
4.2 SEISMIC QUALIFICATION......................................................................................... 116
4.3 QUALITY ASSURANCE .............................................................................................. 117
5. LIST OF I/O DETAILS FOR SOME MAJOR BLOCKS ..................................................... 118
6. CODES & STANDARDS .......................................................................................................... 119
7. LIST OF FIGURES
Fig No. 1. Facility layout of the plant ………………………………………..……..……..121
Fig No. 2. Control System Architecture…………………...……………………….…...…..122

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 5 of 122


Engineering Consultancy Contract for I & C of INRP 2014

PART – A

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 6 of 122


Engineering Consultancy Contract for I & C of INRP 2014
1. NOTICE INVITING TENDER
Phone: 022-25597916/10
Fax: 022-25509839,
NRB Building,
Anushaktinagar, Mumbai-94

GOVERNMENT OF INDIA
BHABHA ATOMIC RESEARCH CENTRE
NUCLEAR RECYCLE BOARD

TENDER NO: BARC/NRB/INRPWMD/ECC I & C / 2014/01

Tenders in two-parts in the prescribed form are hereby invited on behalf of the President of
India by Chief Executive, Nuclear Recycle Board, Bhabha Atomic Research Centre (BARC), from
experienced engineering services consultancy firms, who meet the specified qualification
requirements, as mentioned below to undertake the consultancy work.

Name of Assignment : Engineering Consultancy Contract for Instrumentation and Control


(I & C) System for Integrated Nuclear Recycle Plant (INRP),
Tarapur, Maharashtra.
Estimated cost of : ` 4.8 Crores (Rs. Four crores and eighty lakhs only.)
consultancy
Time of completion : 24 (Twenty four) calendar months
of Assignment
Earnest Money : ` 9.6 lakhs (Rs. Nine lakhs sixty thousand only)
Deposit (EMD) (to be submitted in the form of Demand Draft or Banker's Cheque
of a , Scheduled Bank in favour of "Pay and Accounts Officer,
BARC".
Cost of Tender : ` 1500/- (Rs. One thousand five hundred only) (Non-refundable)
Document (to be paid by Demand Draft or Banker's Cheque of a Scheduled
Bank in favour of "Pay and Accounts Officer, BARC")
Document submission : From 18/06/2014 to 27/06/2014 between 10.30 hrs. to 16.00 hrs.
for pre-qualification
Tender sale period : From 16/07/2014 to 25/07/2014 between 10.30 hrs. to 16.00 hrs.
Pre-bid meeting : 01/08/2014 at 10.30 hrs at NRB Building, Anushaktinagar,
Mumbai-94
Due date and time for : 28/08/2014 upto 15.30 hrs.
submission of tender
Date & time for : 28/08/2014 at 16.00 hrs. at NRB Building, Anushaktinagar, Mumbai-94
opening of tender
(Part-I)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 7 of 122


Engineering Consultancy Contract for I & C of INRP 2014
Pre-qualification Requirements:

A) Organisation:
Tenderer should ensure that he qualifies for all the items of the Assignment on his own or
through his affiliate company. Joint Ventures/Consortia are not allowed. Offers that seek to be
qualified for only some of the items of the Assignment will be summarily rejected.
Organisational set up shall be provided.

B) Experience and resources:


1. Bidder shall have capability, resources and experience of 10 years (minimum) to execute
contract of similar nature and complexity in the similar field as indicated below:
(i) Design, detailed engineering, selection, sizing, BOM, BOQ of the process instrumentation &
control system for process I/Os of total no. of 20,000 (at least) which includes process
parameters, equipment data, field & control room instruments.

(ii) The firm should have carried out detailed design, engineering and drawings of computerized
data acquisition and control (CDAC) system for process I/Os distributed all over the plant
in various buildings/blocks, PLCs, RTUs, SCADA servers, engineering consoles,
operating consoles, displays, recorders, field instruments etc. The firm should have carried
out CDAC system architecture & detailed network diagram for redundant Ethernet
network for control & supervisory LAN for distributed I/Os as mentioned in (i) above.
(iii) The firm should have experience in carrying out Seismic design and analysis of structures
and systems like transmitter racks, control panels, marshaling and service racks; Thermal,
EMI, EMC analysis for control panels and enclosures by software & modeling;
Preparation of procedure for the same. Analysis of Computerised Data Acquisition &
Control System for availability, reliability & failure mode effect analysis; Preparation of
system safety analysis report of I & C system / subsystems;

2. Should have a well-established Quality Management System in position and it should


preferably have an appropriate Bureau of Indian Standards (BIS) lndian Standards
Organisation (ISO) certification(s).
3. Should have qualified and trained personnel to carry out instrumentation, computer network,
included in this tender. The bidder shall submit list of technical staff along with
organization structure, qualifications and years of experience.
4. Should have adequate engineering & project management tools, work stations etc. List
of available software for instrumentation design and seismic analysis shall be submitted.
C) Financial capability:
1) Should have satisfactorily completed following assignments during last five years ending by
March 2014 (cost of assignment will be updated @ of 10% for each complete year):-

Three similar assignments, each costing not less than ` 1.92 crores (It is desirable that one of
these assignments is executed for central Govt./ central autonomous body / central PSUs);
OR
Two similar assignments each costing not less than ` 2.4 crores;
OR
One similar assignment costing not less than ` 3.84 crores,

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 8 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2) Should have average annual turnover not less than ` 1.44 crores on account of
engineering consultancy services contracts during the last three years ending March 2014.
Should not have incurred loss in more than two years during the last five years and financial net
worth of the tenderer should not be negative.

3) Should submit a valid Bank solvency certificate from a schedule bank for an amount not less
than ` 1.92 crores.

4) Should not be under liquidation, court receivership or similar proceedings.

D) Documents required to be submitted:


The firm shall submit the following documents as documentary proof for meeting the above
requirements:
1) The profile of the organization with the organization chart and the total technical staff strength.
2) Place of execution of the assignment & Infrastructure of company/firm available at that place
for carrying out the tendered assignment.
3) List and details of computer software packages used / available for 2D/ 3D drawings; Computer
aided engineering software for detail design and engineering of I & C system, analysis tools,
drafting tools.
4) BIS/ISO certification for having well established Quality Management System in position.
5) Financial turnover statements for the last three years ending March 31, 2014.
6) Audited balance sheet for the last five years.
7) Statement showing the net worth of the firm.
8) Declaration that the firm is not under liquidation, court receivership, blacklisting or similar
proceedings.
9) Documentary proof of having executed contracts of similar nature and complexities as
mentioned above in (B) Experience and resources. e. g. copy of work orders, completion
certificates etc.
10) Documentary proof showing financial capability as mentioned in (c) above. e.g. copy of work
orders, completion certificates, solvency certificate etc.
11) List of present assignment(s) in hand with completion schedule for the same.

(E) Information to bidders:

1. Tenderers desirous of purchasing the tender document must ensure that they satisfy the
above requirements as mentioned in (A), (B), & (C) above. They shall submit the
documentary proof of meeting the same as mentioned in (D) above, so as to reach the
Office. of Chief Executive, NRB, BARC, Anushaktinagar from 18th June 2014 to 27th
June 2014, between 10.30 hrs. to 16.00 hrs. Only those firms, which, in Chief
Executive's opinion meet tender requirements, will be intimated to purchase the tender
document. (Where necessary, enquiries shall be made with the firm's references and bankers
to verify the claims made in respect to the qualification requirements). Chief Executive
reserves the right of not issuing the tender document without assigning any reason.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 9 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2. Tender document consists three parts viz., Part-A (Letter Inviting Offer), Part-B (Request for
proposal) and Part-C (Technical specifications and design guidelines). Tender document also
consists of information to bidder, format for preparation of technical proposal, format for
preparation of financial proposal , milestones for payment, standard form of contract, general
conditions of contract (GCC), special conditions of contract (SCC), special instructions to the
bidders, technical specifications, design guidelines etc. The tender will be issued from the
office of AGM, C & ID, NRB, BARC, NRB Building, Anushaktinagar, Mumbai -400094 on
any working day from 16th July 2014 to 25th July 2014 between 10.30 hrs. to 16.00 hrs., on
payment of amount mentioned above by Demand Draft or Banker's Cheque drawn on a
Schedule Bank payable to Pay and Accounts Officer, BARC.

A pre-bid meeting will be held on 1st August 2014 at 10.30 hrs. at NRB Building,
Anushaktinagar, Mumbai 400094.

3. If any information furnished by the tenderer is found incorrect at a later stage, the tenderer shall
be liable to be debarred from tendering/ taking up of work in NRB. NRB reserves the right to
use in-house information to verify the particulars furnished by the tenderer and assess the
capability of the tenderer independently.

4. NRB shall not be responsible for any cost or expenses incurred by the tenderer in connection
with the preparation or delivery of bids, including costs and expenses related with visits to the
work site.

5. Clarifications, if any, can be obtained from the office of AGM, C & ID, NRB by email:
apk@barc.gov.in / mnj@barc.gov.in. or by fax, no. 022-25509839.

6. Tenders are required to be submitted in separate sealed and superscribed envelopes


containing and indicating the following:

I First Envelope EMD

II Second Envelope Part-I (Technical Bid)


[one original + one hard copy +
one editable soft copy]

III Third Envelope Part-II (Financial Bid)


[one original + one hard copy +
one editable soft copy]
IV Fourth Envelope First Envelope + Second Envelope +
Third Envelop

It will be obligatory on all bidders to return tender document along with drawings if any at the
time of opening the tender whether they are submitting the bid or not.

7. Tenders will be received upto 15.30 hrs. on 28th Aug 2014 in the office of AGM, C & ID,
Nuclear Recycle Board, BARC, NRB Building, Anushaktinagar, Mumbai 400094.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 10 of 122


Engineering Consultancy Contract for I & C of INRP 2014
8. Part-I (Technical Bid) will be opened on the same day at 16.00 hrs. at NRB Building,
Anushaktinagar, in the presence of attending bidders. Part-II (Financial Bid) of the tender will
be opened at a later date to be specified and communicated to successful bidders who are
qualified through technical evaluation involving visits to the bidders office for studying sample
Design Reports, Seismic analysis Reports, computerized data acquisition system network
diagrams of completed similar works, inspection of infrastructural facilities to carry out the
tendered work, such as, number of employees on roll, availability of software for detailed design
and analysis works, and for holding technical discussions.

9. Tenders with any condition including conditional rebate shall be rejected. However, tenders
with unconditional rebate will be accepted.

10. Tender shall be kept valid for 180 (One hundred eighty) days from the date of opening of Part-I of
the tender.

11. In case the last date of sale and/or the date of receipt and opening of tender are declared as
hol iday, the respective date shall be treated as postponed to the next working day.

12. Earnest Money Deposit in the form demand draft or Banker's Cheque shall be deposited along
with the tender. Tenders not accompanied with Earnest Money Deposit are liable for rejection.

13. Bidders should quote in figures as well as in words the rates and amounts tendered by them.
Any corrections shall be attested by the dated initials of the bidder. The consultants not
tendering for this work after purchase of the tender documents must return the tender
documents and drawings to the office of AGM, C & ID, Nuclear Recycle Board, BARC, NRB
Building, Anushaktinagar, Mumbai 400094 within 15 days from the due date of tender. However,
the cost of tender document will not be refunded.

14. The bidder whose tender is accepted will be required to pay Security Deposit (SD) @ 10 % of the
lumpsum contract value. SD can be paid in the form of Demand draft / Bank guarantee / Fixed
Deposit Receipts of Scheduled banks / Government Securities. EMD deposited at the time of
submission of proposal will be treated as part of SD. The SD can also be collected by
deductions@ 10% of the gross amount of the running bill (of the Consultant) till the sum along
with the sum already deposited as EMD becomes equal to 10% of the lumpsum contract value.
Amount kept under SD shall not bear interest and same shall be returned to Consultant at the end
of the defect liability period of the contract. The Security Deposit shall be endorsed in favor of
the "Pay and Accounts Officer, BARC".

15. If the successful bidder fails to furnish the prescribed Security Deposit on or before stipulated
dates of commencement, the President of India or his successors in office shall without prejudice
to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if
this successful bidder fails to commence work within 1/8th of the stipulated time, the President of
India or his successors in office shall without prejudice to any other right or remedy available in
law, be at liberty to forfeit the said earnest money and the Security Deposit absolutely.

16. The acceptance of tender will rest with the Chief Executive, Nuclear Recycle Board, Bhabha
Atomic Research Centre on behalf of President of India, who does not bind himself to accept
the lowest tender and reserves to himself the authority to reject any or all of the tenders received,
without assignment of any reason. All tenders in which, any of the prescribed conditions are not
fulfilled or are incomplete in any respect are liable to be rejected.

17. Service Tax or any other Tax on material in respect of this contract shall be payable by the
consultant and Government will not entertain any claim whatsoever in this respect.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 11 of 122


Engineering Consultancy Contract for I & C of INRP 2014
18. If any bidder withdraws his tender within the validity period or make any modifications in the
terms and conditions of the tender which are not acceptable to the department, then the
Government shall without prejudice to any right or remedy, be at liberty to forfeit 50%
(Fifty Percent) of the Earnest Money absolutely.

19. The tender for the work shall not be witnessed by a bidder or bidder who himself /
themselves has/have tendered for the same work. Failure to observe these conditions would
render tenders of the bidder tendering as well as witnessing the tender liable to summary
rejection.

20. It will be obligatory on the part of the bidder to sign the tender document for all the component
/ parts.

21. This Notice Inviting Tender shall form the part of the contract document.

22. Please note the following:


a) Cheques for Earnest Money Deposit will not be accepted.
b) EMD amount in full of ` 9.6 lakhs (Rs. Nine lakhs sixty thousands) to be submitted
along with the submitted bids.
c) Income tax at applicable rates would be deducted from the running bills.
d) Tender forms are not transferable.
e) The tender documents will not be sent by post or courier.

23. Please note that to enter Anushaktinagar colony, photo-identity (passport, driving license,
voter's I- card, I-card issued by the employer, etc.) is a must.

24. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the
bidders who resort to canvassing will be liable to rejection.

Sd/-
Chief Executive
Nuclear Recycle Board
Bhabha Atomic Research Centre
For and on behalf of President of India

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 12 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2. REVISED SCHEDULE for tender processing

Name of : Engineering Consultancy Contract for Instrumentation and Control


Assignment (I & C) System for Integrated Nuclear Recycle Plant (INRP),
Tarapur, Maharashtra.

Estimated cost of : ` 4.8 Crores (Rs. Four crores and eighty lakhs only.)
consultancy
Time of completion : 24 (Twenty four) calendar months
of Assignment

Tender sale period : From 27/08/2014 to 10/09/2014 between 10.30 hrs. to 16.00 hrs.

Pre-bid meeting : 24/09/2014 at 10.30 hrs at NRB Building, Anushaktinagar,


Mumbai-94

Due date and time : 10/11/2014 upto 15.30 hrs in the office of AGM, C & ID,
for submission of Nuclear Recycle Board, BARC, NRB Building,
tender Anushaktinagar, Mumbai 400094

Date & time for : 10/11/2014 at 16.00 hrs. at NRB Building, Anushaktinagar,
opening of tender Mumbai-94
(Part-I)

Cost of Tender : ` 1500/- (Rs. One thousand five hundred only) (Non-refundable)
Document (to be paid while purchasing the tender, by Demand Draft or
Banker's Cheque of a Scheduled Bank in favour of "Pay and
Accounts Officer, BARC")

Earnest Money : ` 9.6 lakhs (Rs. Nine lakhs sixty thousand only)
Deposit (EMD) (to be submitted at the time of submission of bid, in the form of
Demand Draft or Banker's Cheque of a Scheduled Bank in favour
of "Pay and Accounts Officer, BARC".

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 13 of 122


Engineering Consultancy Contract for I & C of INRP 2014

PART – B
REQUEST FOR PROPOSAL

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 14 of 122


Engineering Consultancy Contract for I & C of INRP 2014
PART – B REQUEST FOR PROPOSAL

SECTION-1: INFORMATION TO CONSULTANTS

1 INTRODUCTION

1.1 Consultants are requested to submit a Technical Proposal and Financial Proposal for
engineering consultancy required for the Assignment named in the attached Part C-
Technical specifications and Design Guidelines document. The proposal will form the
basis for future discussions and ultimately, a contract between Consultant and NRB,
BARC.

1.2 Consultants must familiarize themselves with the site conditions and take these into
account in preparing the proposals. To obtain first-hand information on the Assignment
and on the site conditions, consultants are encouraged to pay a visit to the project and
shall attend a pre-proposal conference.

1.3 NRB, BARC will provide the inputs specified in the Data Sheet and make available
relevant project data and reports. For additional data consultant will have detailed
discussion with departmental engineers before submitting their bids.

1.4 It will be obligatory on consultant‟s part to sign the Proposals for all components/parts.
Consultant shall enclose the Power of Attorney for the person signing the bid.

1.5 Consultants may note that the costs incurred in the preparation of the proposal and
subsequent discussions including a visit to NRB, BARC‟s office and project site are not
reimbursable and NRB, BARC is not bound to accept any claim.

1.6 Consultants are informed that in order to avoid conflict of interest situations any firm
providing goods, works or services with which you are affiliated or associated, is not
eligible to participate in bidding for any goods, works, or services (other than the services
and any continuation thereof) resulting from or associated with the project of which this
Assignment forms a part. Consultants should clarify their situation in that respect with
BARC before preparing the proposal.

1.7 The documents provided to Consultant for submitting the proposals shall not be used for
any other purpose and shall be kept confidential. It will be obligatory on Consultant‟s part
to return these documents at the time of opening of the Proposals regardless of Consultant
making the bid or not. Making photocopies is strictly prohibited.

2. CLARIFICATION & AMENDMENT OF TENDER DOCUMENT


2.1 Consultants may request a clarification on any of the documents furnished to them with the
tender up to the numbers 15 days indicated in data sheet, before the proposal submission
date. A request /clarification must be sent in writing by speed post/ fax to the client
address. The client will respond by fax/ speed post to such requests.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 15 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2.2 At any time before the submission of proposals, NRB, BARC may, for any reason,
whether at its own initiative or in response to a clarification requested by an invited
consulting firm, modify the Documents, furnished with the tender, by amendment. The
amendment will be notified in writing by fax or speed post to all invited consulting firms
and will be binding on them. NRB, BARC, MUMBAI 400094 may at its discretion extend
the deadline for the submission of proposals. A pre bid meeting would be organized at
NRB Building, Anushaktinagar, Mumbai 400094. During the meeting, clarification would
be provided to consultant and works expected to be done by the consultant would be
explained.

3. PREPARATION OF PROPOSAL

3.1 Consultant shall submit a Technical Proposal and a Financial Proposal, written in the
language specified in the data sheet.

TECHNICAL PROPOSAL

3.2 Consultant is expected to examine all terms, conditions and instructions included in the
various Documents furnished with tender. Failure to provide requisite information may
result in rejection of Proposal.

3.3 While preparing the Technical Proposal, you must give particular attention to the
following:

(i) The firm shall ensure that they will be able to carry out the Assignment either of
their own or through their Affiliate Company. Joint venture / consortia are not
allowed.

Firm expressing interest on only part of the work will not be accepted.
Organizational set up shall be provided.

(ii) In general, sub-contracting of drafting activities to Indian firms is acceptable.


Bidder shall furnish complete details of sub-contracting as indicated in section 2L.

NRB, BARC reserves the right to use in-house information to verify the particulars
furnished by the firms and assess the capability of the firm independently. If any
information furnished by the firm is found incorrect at a later stage, then the firm
shall be debarred from participating in the activities of BARC.

(iii) The estimated cost of consultancy assignment as well as the time to complete the
Assignment is stated in the Data Sheet. Financial Proposal may be submitted in
accordance with this.

(iv) The key professional staff, listed in the offer, shall be available for the entire
duration of the execution of the Assignment. These shall preferably be the
permanent employees of the firm or have an extended and stable working relation
with it.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 16 of 122


Engineering Consultancy Contract for I & C of INRP 2014

(v) Proposed staff must have relevant educational qualification and work experience in
the similar nature of engineering consultancy work.

(vi) Key personnel will be finalized in consultation with BARC before opening of
Commercial bid.

3.4 Technical proposal should provide the following information, but not limited to, using the
formats in (Section-2):

(i) A brief description of the Consultant‟s organization and an outline of recent


experience on assignments of a similar nature. For each assignment, the outline
should indicate, inter alia, the profiles of the staff provided, duration of assignment,
contract amount and firm‟s involvement.

(ii) Any comments or suggestions on the scope of work, documents and details made
available with this tender, as well on the facilities to be provided by the Client
(issues having bearing on the financial proposal) shall be discussed and settled
before the submission of the bids.

(iii) A description of the methodology (work plan, document/drawing transfer,


interactions, etc.), which the Consultant proposes to employ in performing the
Assignment.

(iv) The composition of the proposed staff team by specialty, the tasks which would be
assigned to each and their time periods.

(v) Curricula Vitae (C.V.) recently signed by the proposed key professional staff and
countersigned by an authorized officer of the Consultant. Key information should
include: years with the firm/entity and degree of responsibility held in various
assignments during the last ten years.

(vi) Estimates of the total time effort (person x hours/months) to be provided for the
Assignment, supported by breakdown of effort proposed (person x hours/months)
for major items of work;

(vii) Details of experience/ expertise/tools/facilities.

(viii Confirmation/submission on salient technical conditions mentioned in tender


) document.

(ix) Quality assurance plan/program proposed to be employed in design activities.

(x) List of Engineering & Management software and workstations, office space etc.
which the Consultant proposes to employ on this Assignment (the software tools
used by the consultant for this work shall be available for purchase by BARC
without any end user embargo)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 17 of 122


Engineering Consultancy Contract for I & C of INRP 2014

(xi) List of current commitments (staff-months) with any of the Units/Autonomous


Institutions/PSUs of DAE along with latest status.

3.5 The Technical proposal shall not include any financial information. However, un-priced
financial proposal that brings out commercial aspects, if any, shall be submitted along with
this proposal.

FINANCIAL PROPOSAL

3.6 In preparing the Financial Proposal, Consultant is expected to take into account, besides
technical requirements, commercial conditions specified in the Tender Document. The
Financial proposal should follow, but not limited to, the formats attached in (Section-3)

3.7 For items of category-A as indicated in the tender document Part C technical specifications
and design guidelines, quotation will be submitted on lump sum basis with an upper
ceiling on cost to complete the assignment. The bidder should give category wise man
power required to be deployed for completing the assignment.

Man hour rates will also be submitted for the category –B type work, which is of similar
nature to that of Category-A, but not covered in lump sum part of the contract.

3.8 The Financial Proposal, made on lump sum cost basis/unit rate basis shall be all
inclusive; and should cover, but not be limited to, remuneration for staff, gratuity,
provident fund, travel assistance, out of pocket expense (per diem), overheads, profits,
accommodation (housing), transportation, communication, equipment (vehicles, office
equipment, furniture, consumable etc.), printing of documents, surveys, training. The
financial proposal shall also include the tax liability and cost of insurance of consultants‟
firm (to guard against loss of data, documents, drawings, etc., pertaining to the
assignment) and his personnel specified in Data Sheet.

3.9 The Financial Proposal should clearly indicate, as separate amount, the taxes, duties, levies
considered under the applicable laws on the consultancy Assignments.

3.10 The Financial Proposal should consider the mode of payment as specified in Data Sheet.

4. SUBMISSION, RECEIPT & OPENING OF PROPOSALS

4.1 The original and each copy of the Technical Proposal and Financial Proposal must be
prepared in indelible ink. The proposals shall contain no inter-lineation or overwriting
except as necessary to correct errors made by the Consultants themselves. Any such
corrections must be initialized by the person or persons signing the Proposals.

4.2 An authorized representative of the firm must initial all pages of the Proposals. The
representative‟s authorization to be confirmed by a written power of attorney
accompanying the Proposals.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 18 of 122


Engineering Consultancy Contract for I & C of INRP 2014

4.3 For each Proposal, the Consultant shall prepare number of copies indicated in the Data

Sheet. Each Technical Proposal and Financial Proposal should be marked `Original‟ and
`Copies‟ as appropriate. In the event of any discrepancy between the copies of the
proposals, the original shall govern.

4.4 The original proposal along with EMD in the form specified in the tender document along
with all the copies of the Proposals shall be placed in a sealed outer envelope which will
bear the address and information indicated in the Data Sheet. This outer envelope will
include three separate envelopes for originals, the first one clearly marked "Technical
Proposal", the second one clearly marked as “financial proposal”, (both envelopes
indicating original or copy as appropriate) and the third one clearly marked `EMD‟. This
envelop will also include two envelops for copies of Technical and Financial proposals.
Technical Proposal shall also include “Unpriced financial Proposal”.

4.5 The completed Technical Proposal and Financial Proposal along with EMD must be
delivered at the submission address on or before the time and date stated in the Data Sheet.
Any proposal received after closing time for submission will be returned unopened.
4.6 The Proposal must be valid for the number of days stated in the Data Sheet from the date
fixed for opening of technical bid during which bidder must make available the key
professional staff proposed for the Assignment. NRB, BARC will make its best effort to
conclude the Proposal evaluation process within this period. If NRB, BARC wishes to
extend the validity period of the Proposals, Consultant has a right to extend or not to
extend the validity of their Proposals.

4.7 After the deadline for submission of proposals, the Technical Proposal will be opened in
the presence of all attending bidders/their representatives, only if EMD is submitted and is
in order. Financial Proposal shall remain sealed until the technical evaluation of all the
proposals is complete. EMD can be submitted in Bank guarantee/Bank draft. Public
sector organization will also have to submit EMD. PSU are also required to submit EMD
along with their proposals.

5 PROPOSAL EVALUATION

5.1 A two-stage procedure will be adopted in evaluation of the proposals: i) a technical


evaluation, which will be carried out prior to opening any financial proposal; and ii) a
financial evaluation. Each firm will be ranked using a combined technical and financial
score.

TECHNICAL PROPOSAL

5.2 The evaluation committee or team appointed by NRB, BARC will evaluate the proposals
on the basis of their responsiveness to the requirements specified in Tender Document,
applying the evaluation criteria, sub-criteria and point system specified in the Data Sheet.
Each responsive proposal will be attributed a technical score (St). A proposal will be
rejected at this stage if it does not respond to important aspects of the tender requirements
or if it fails to achieve the minimum technical score set out in the Data Sheet.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 19 of 122


Engineering Consultancy Contract for I & C of INRP 2014

FINANCIAL PROPOSAL

5.3 After the evaluation of Technical Proposals, NRB BARC shall notify the date, place and
time set for opening of Financial Proposals. The notification may be sent by fax or speed
post or e- mail. At this stage, if it is assessed by NRB, BARC that major changes in the
scope of work & service or technical requirements have taken place, NRB BARC may ask
the Consultant to indicate separately plus/minus impact of the same, either by amount or
percentage, from the original financial proposal. This shall be submitted within the date
and time communicated by NRB BARC.
5.4 The evaluation committee or team will determine if the Financial Proposals are without
computational errors. The evaluation shall include those taxes, duties, levies applicable
under the law. Incomplete proposals shall be liable for rejection.

5.5 The lowest technically qualified Financial Proposal (Fm) will be given a financial score
(Sf) of 100 points. The financial scores of the proposals will be computed as follows: S f =
100 x Fm/F (F- amount of Financial Proposal, after it is corrected for completeness as in
5.4 above).

5.6 The Proposals will finally be ranked according to their combined technical (S t) and
financial (Sf) scores using the weights indicated in the Data Sheet “S = S t x T % + Sf x
F%”, where, T and S are the weightage of technical and financial proposal, respectively.

6. DISCUSSIONS PRIOR TO AWARD OF CONTRACT

6.1 Prior to the expiration period of proposal validity, BARC will notify the successful
Consultant whose proposal scored the highest combined score (technical + financial) by
registered letter, fax or speed post and invite him to discuss the Contract. Discussions will
be held at the address indicated in Data Sheet and the aim is to reach an agreement on all
the points.

6.2 The discussions may include the proposed methodology (work plan), staffing, quality
system, detailed break up of mile stone for payment and any suggestions made by the firm
for expeditious completion of the Assignment. Agreement must then be reached on the
final requirements on terms of reference, the staffing and bar charts, which will indicate
activities, staff periods, communication, logistics, reporting etc. Special attention will be
paid to define clearly the inputs required from BARC to ensure satisfactory
implementation of the Assignment. The agreed work plan and other terms of reference will
then be incorporated in the contract agreement.
6.3 Contractor shall seek all clarification before taking up the work. Any break in continuity of
the progress of work due to non-availability of personnel for completion of work will not
be acceptable.
6.4 The financial discussions may include a clarification, if any, on taxes, levies considered in
the proposal. Some of the special conditions of contract may be discussed. Unless there are
exceptional reasons, the discussions on financial terms will involve neither the lump-sum

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 20 of 122


Engineering Consultancy Contract for I & C of INRP 2014

amount nor proposed unit rates.

6.5 Having selected the Consultant, among other things, on the basis of an evaluation of the
proposed key professional staff, total staff deployment as well as availability of requisite
facilities/ resources, NRB, BARC will require assurances that these shall be actually
available. If this is not the case and if it is established that key staff, facilities and resources
which were offered in the proposal are not actually available, the contract will be
terminated.

6.6 The discussions will conclude with a review of the draft form of Contract so as to arrive at
an agreement. If the discussions fail, NRB, BARC may invite the firm whose proposal
received the second highest score to negotiate the Contract.

7. AWARD OF CONTRACT
7.1 The Contract will be awarded, after obtaining requisite approvals from the Competent
Authority, based on completion of successful discussions.

7.2 On award of the Contract, a co-ordination procedure shall be established. Consultant shall
accredit and communicate name of his representative who would be responsible for taking
instructions from NRB, BARC.

8. TERMINATION OF CONTRACT
NRB, BARC may terminate the contract in case of non-availability of key staff, facilities,
resources, quality documents, delay etc. with prior intimation.

9. DEFECT LIABILITY
If any mistakes or lapses noticed in design/drawings/document beyond the contract period
of 24 months, consultant is liable to do correction for these defects without any extra cost.
Refer cl.3.8 of Section 4B (GCC) of this document. Defect Liability period shall be as per
cl. 3.8 (c) of Section 4C (SCC) of this document.

No payment will be made for work not accepted by BARC at the time of closure of
contract (foreclosure/termination).

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 21 of 122


Engineering Consultancy Contract for I & C of INRP 2014

10. DATA SHEET


(Additional Information to Consultant)

Clause Description
Ref. No.
1.1 The name of the Client is:

Nuclear Recycle Board (NRB), Bhabha Atomic Research Centre, Dept. of Atomic
Energy, Government of India.

1.2 The name of the Assignment is:

Engineering Consultancy Contract for “Instrumentation and control system for


Integrated Nuclear Recycle Plant”, Tarapur.

1.3 The description of the Assignment and documents & drawings are:

Description of the services to be provided by the consultant and deliverables in the form of
documents & drawings are listed in APPENDIX – A, C & D of Section 5 of TOR of the
tender document.

NRB, BARC shall provide inputs: As listed in APPENDIX – B, Section 5 of TOR of the
tender document.

1.4 Contact Officials for Pre-Proposal Conference are:

1. Ms. A.P.Kulkarni, SO/G, INRPWMD, NRB


Tel: 022-25597910 Email: apk@barc.gov.in

2. Shri M.N.Jayaram, AGM, INRP C & ID, NRB.


Tel: 022-25597916 Email: mnj@barc.gov.in

3. Shri Y. Kulkarni, GM, INRPWMD, NRB


Tel: 022-25597913 Email: yaduk@barc.gov.in

2.1 Clarifications may be requested 15 days before the submission date.

The address for requesting clarification is:


Office of AGM, C & ID,
Nuclear Recycle Board, BARC,
NRB Building, Anushaktinagar,
Mumbai – 4000 094.

3.1 The language is : English

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 22 of 122


Engineering Consultancy Contract for I & C of INRP 2014

3.3 (iii) The estimated total cost of consultancy contract is Rs. 4.8 Crores (Rupees four crores and
eighty lakhs only). Out of this the lump sum contract cost is Rs. 4.37 Crores (for Category-A
type of work) and contract cost for man hour base services is Rs. 43 lakhs (for category-B
type of work).
The whole contract assignment needs to be completed within 24 months.

3.3 (iv) The minimum required experience of the proposed key staff is :

Sr. Position Experience Minimum Qualification Area of Experience /


No. in years strength (Nos.) expertise

1 Team > 20 Years One no. Degree in Should have led teams
Leader/ Engineering executing similar multi-
Project dimensional engineering
Manager assignment and hands
on experience in design.
2 Chief >15 Years 1 nos. Degree in Should have experience
Engineer/ Engineering in executing similar multi-
Senior One no. from dimensional engineering
Project chemical / assignment and hands
Engineer/ Instrumentation / on experience in design,
Project computer planning, estimation,
coordinator science. tendering.
3 Dy.Chief >10 years 02 Degree in Should have hands on
Engineer One each for Engineering experience in design &
/Project (i)Instrumentation detailed engineering of I
Engineer/ and & C system and high
Sr. (ii) electronics/ availability computer
Engineer(s) computer networks, design reports,
analysis, costing.
4 Design > 4 years As per the Degree in Should have hands on
Engineer/ requirement Engineering experience in design &
Planning & Minimum 3 nos. detailed engineering of I
Coordination each for & C system and high
Engineers / availability computer
QA engineer networks, design reports,
(i)Instrumentation
analysis, costing.
and Hands on experience in
(ii) Electronics/ working with I & C
computer) detailed engineering
software.
5 Support > 4 years As per the Diploma with Should have hands on
Staff requirement Auto CAD experience in design &
(Draftsmen, drafting packages, MS
data entry office, MS Visio.
operators
etc.)
6 Specialists > 25 Years As per the Should have expertise in
requirement specific field e.g. Seismic
Analysis.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 23 of 122


Engineering Consultancy Contract for I & C of INRP 2014

3.7 Financial proposal should be on lumpsum basis for completion of total assignment except
for the additional work agreed mutually.

3.8 Tax liability, insurance, description or reference to Documents:

The Consultant and his personnel shall pay the taxes, duties, levies and other impositions
levied under existing, amended or enacted laws during life of the Assignment.

The Consultant shall cover employer‟s liability compensation insurance for his or his sub-
consultants‟ personnel in accordance with the provisions of relevant applicable laws.

3.10 The payment for category-A items will be made on the basis of deliverable based
milestones achieved, in a form acceptable to BARC, during the course of working on the
Assignment. ( i.e Payment = Delivery base milestone weightage x lump sum contract cost)

The proposed milestones/ deliverables for this purpose are included herewith as in
Appendix C & H, Section 5 of TOR.

Payment for category –B items will be based on man hour rates as mentioned herewith in
Appendix G Section 5 of TOR.

4.3 The number of sets of the proposal is: Two (1 original + 1 copy) Hard copies and one
editable soft copy.

4.4 The address for discussion and information are:


Office of AGM, C & ID,
Nuclear Recycle Board, BARC,
NRB Building, Anushaktinagar,
Mumbai – 4000 094

4.5 The date and time of proposal submission are: 10th November 2014 up to 15-30 hrs.

4.6 Financial Proposal must remain valid for 180 days from the date fixed for opening of
technical bid.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 24 of 122


Engineering Consultancy Contract for I & C of INRP 2014

5.2 The points given to Evaluation Criteria Are:

Sr. no. Description Points

1 Experience/expertise of firm for related assignment and 10


organization set up.
2 Adequacy of the proposed methodology, work plan and 15
resource deployment to meet the envisaged time schedules.
3 Past Record of time schedule and Quality of work. 10

4 Qualification & competence of the staff for the proposed 50


assignment.

5 Quality assurance system proposed for the Assignment. 5

6 Type of engineering software deployed for the job. 10

Total 100

The points given to evaluation sub-criteria (4) for ' Qualifications & competence of staff
for the proposed assignment' are:

Sr. no. Description Points

1 General qualification of the staff 5

2 Experience adequacy in: instrumentation design & 15


detailed engineering; dual redundant LAN networking

3 Experience adequacy in working with P & ID, E&I 15


instrumentation design software packages

4 Experience adequacy in design analysis 5

5 Availability of staff having experience relevant to 10


tendered assignment

Total 50

The technical proposal shall score at least 80 points out of 100 to be considered for financial
evaluation.

5.6 The weight (T%) given to the Technical Proposal is 80 %


The weight (F%) given to the Financial Proposal is 20 %

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 25 of 122


Engineering Consultancy Contract for I & C of INRP 2014
SECTION -2

STANDARD FORMATS FOR PREPARATION OF TECHNICAL PROPOSAL

2A Technical proposal submission form.

2B Firm’s references.

2C Comments / Suggestions OF Consultant

2D Description of methodology and work plan for performing the assignment.

2E Team composition and task assignments

2F Format of curriculum vitae (CV) of proposed key professional staff

2G Expertise on design, analysis, engineering, data collection, planning & project


management tool

2H Activity (work ) schedule

2J Breakdown of time and effort

2K Quality assurance system

2L Particulars of sub-contracting

2M Particulars of assignments in hand

2N Particulars of litigation history

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 26 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2A. TECHNICAL PROPOSAL SUBMISSION FORM

[Location , Date]

FROM: TO:

____________________ ____________________

____________________ ____________________

_____________________ ____________________

____________________ ____________________

Sir,

Subject: Engineering Consultancy Contract for “Instrumentation and control system

for Integrated Nuclear Recycle Plant” Tarapur, Maharashtra.

We, the undersigned, offer to provide the consulting services for the above works in
accordance with your tender no. BARC/NRB/INRPWMD/ECC I & C / 2014/01 dated
5th June 2014 and our Proposal. We are hereby submitting our Proposal which includes
this Technical Proposal, and a Financial Proposal sealed under a separate envelope.

We understand you are not bound to accept any proposal you receive.

We remain,

Yours faithfully,

Signature __________________

Full Name _________________

Designation ________________

Address ___________________

(Authorized Representative)

Seal

(In case of a PSU/corporation, a duly authorized person holding power of attorney shall sign the
proposal)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 27 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2B. FIRM’S REFERENCES

Relevant Services carried out in the last five years that best illustrate qualification for the
tendered Assignment (with supporting documents)

The following information should be provided in the form below for each reference assignment
(similar to the tendered work) for which your firm either individually as a corporate entity or as
one of the major companies within an association, has been primarily responsible to render the
services.

Assignment Name: Country:


Location within country: No. of professional staff provided by your
Name of client: firm.
Address: No. of professional staff months.
(with Name, telephone & Fax nos. of contact
person)
Start Date Completion Date: Approximate value of services:
(Month/year) (Month/year)

Name of Associated firm(s) if any: No. of months of Professional staff provided


by Associated firms(s)

Name of Senior staff (Project Manager/coordinator, team leader) involved and functions
performed:

Narrative Description of project:

Description of actual services provided by your professional staff:

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 28 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2C. COMMENTS/SUGGESTIONS OF CONSULTANT

On the Documents provided with the Tender

1.
2.
3.
4.
5.
..
..

On the Data, Services and Facilities to be provided by the Client

1.
2.
3.
4.
5.
..
..

Any Other

1.
2.
3.
..
..

Note: The above information is to be provided for discussions and clarifications during the pre-

bid meetings and before the submission of the bids. No clarifications/ confirmations shall be

sought after the submission of the bids.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 29 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2D. DESCRIPTION OF METHODOLOGY, WORK PLAN AND RESOURCE


DEPLOYMENT FOR PERFORMING THE ASSIGNMENT
____________________________________________________________________________

____________________________________________________________________________

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 30 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2E .TEAM COMPOSITION & TASK ASSIGNMENTS

Note: It is expected that the proposed key staff (e.g. design engineers/ project engineers /
draftsmen) deployed for this assignment have hands on experience in executing similar multi-
dimensional engineering assignment.
NRB, BARC will have interaction with all team members responsible for executing the
assignment before their induction for this assignment.

Technical /Managerial Staff

Sl. No. Name Years of Nos. of years Position Task


experience with your firm
1.

2.

3.

4.

5.

Support Staff

Sl. No. Name Years of Nos. of years Position Task


experience with your firm
1.

2.

3.

4.

5.

..

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 31 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2F. FORMAT OF CURRICULUM VITAE (CV)

Of Proposed Key Staff

Proposed Position: _________________________________________________________

Name of Firm: _____________________________________________________________

Name of Staff: _______________________________________________________________

Profession: __________________________________________________________________

Date of Birth: ________________________________________________________________

Years with Firm:____________ Nationality : _____________________________________

Membership of Professional Societies: __________________________________________

Detailed Tasks Assigned: _____________________________________________________

Key Qualifications:
(Give an outline of staff member's experience and training most pertinent to tasks on
Assignment. Describe degree of responsibility held by staff member on relevant previous
assignments and give dates and locations. Use up to half a page).
____________________________________________________________________________
Education:

(Summarize college/university and other specialized education of staff member, giving


names of institutes, dates attended and degrees obtained. Use up to a quarter page).
____________________________________________________________________________
Employment Record:
(Starting with present position, list in reversed order, every employment held. List all
positions held by staff member since graduation, giving dates, names of employing
organization, title of positions held and location of assignments. For experience in last ten
years, also give types of activities performed and client references, where appropriate. Use
up to three-quarters of a page).
______________________________________________________________________________
Languages:

(Indicate proficiency in speaking, reading and writing of each )


______________________________________________________________________________
Certification:

I, undersigned, certify that to the best of my knowledge and belief, these data correctly describe
me, my qualifications and my experience.

_________________________________________________________ Date: ____________


(Day/Month/Year)
(Signature of the staff member & authorized representative of the Firm)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 32 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2G. EXPERTISE ON DESIGN, ANALYSIS, ENGINEERING, DATA COLLECTION &
INTERPRETATION, PLANNING & PROJECT MANAGEMENT TOOL

(Availability of computer software, work stations and other requisite tools/ facilities shall be
indicated)

DISCIPLINE/TASK/ASSIGNMENT Commercial Packages In house packages

Available

Miscellaneous

Note: Appropriate software license for viewing / modification shall be made available to NRB

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 33 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2H. ACTIVITY (WORK) SCHEDULE

Month-wise Program (in form of Bar Chart)


____________________________________________________________________________

(1st, 2nd etc. are months from the start of Assignment)

____________________________________________________________________________

Sr.No. Item of lst 2nd 3rd 4th 5th 6th 7th

Work/Activities /Deliverables
___________________________________________________________________________

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 34 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2J. BREAKDOWN OF TIME & EFFORT

______________________________________________________________________________
Sl.No. Item of work/Activities Personnel Deployment (Nos.)

Qualification Years of experience


>5 >10 >15 >20
(Duration, man-month)

A. Engineering / Managerial Staff

1. Design & Detailed Engineering


2. Safety Analysis
3. Design of Training and maintenance facility
4. Quality Assurance documentation

-----------------------------------------------------------------------------------------------------------------
Total:
-----------------------------------------------------------------------------------------------------------------

______________________________________________________________________________
B. Support staff (Draftsmen, etc.)

1. }
2. }
3. }
4. } In the format given above
5. }
.. }
.. }

--------------------------------------------------------------------------------------------------------------------
Total:

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 35 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2K. QUALITY ASSURANCE SYSTEM

( A brief description of quality assurance system/ programme available with the firm and how it
will be implemented for the tendered Assignment)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 36 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2L. PARTICULARS OF SUB-CONTRACTING

Provide information on the activities bidder proposes to sub-contract.

Activities proposed to be sub- Do you Sub-contract all or Which company(ies) handling


contracted part of this activity? the sub-contracted activity?

Yes Yes Partly


Entirely (Specify %)
Design & Detailed Engineering

Analysis

Design of Training and


maintenance facility

Quality Assurance Documents

Drafting work

Others (specify)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 37 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2M. PARTICULARS OF ASSIGNMENTS IN HAND

Provide information about all projects in progress, including those where the firm has received a
letter of intent, but a formal contract has not yet been awarded. The list shall also include
separately the Assignments in hand for the Units/PSUs of DAE.

Sl. Name & Value Name & Estimated Completion Period Present stage
No. Brief detail of Address of man-hours/ of work with
of the Assign- contact months reasons for
Assignment ment person assigned/ to be Stipulated Actual delays
with assigned for (if any)
Telephone the Work
& Fax
Nos.
(1) (2) (3) (4) (5a) (5b) (6)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 38 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2N PARTICULARS OF LITIGATION HISTORY

Name of Consultant: -------------------------

Consultant should provide information on any history or arbitration resulting from contracts
executed in the last ten years or currently under execution, as required in this Pre-qualification
document. A separate sheet should be used for partners, if any.

Year Name of Cause of Matter Under Award FOR Disputed


Client Litigation Dispute or AGAINST Amount
the Applicant

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 39 of 122


Engineering Consultancy Contract for I & C of INRP 2014
SECTION-3

STANDARD FORMATS FOR PREPARATION OF FINANCIAL PROPOSAL

3A Financial proposal submission form.

3B Summary of costs for category-A type of work (Lumpsum)

3C Summary of costs for category –B type of work (Man-hour rate)

3D Breakdown of cost of time

3E Milestones for payment of consultancy charges and schedule of work

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 40 of 122


Engineering Consultancy Contract for I & C of INRP 2014

3A. FINANCIAL PROPOSAL SUBMISSION FORM

[Location , Date]

FROM: TO:
____________________ _____________________

____________________ _____________________

____________________ _____________________

Sir,

Subject: Engineering Consultancy Contract for “Instrumentation and control

systems for Integrated Nuclear Recycle Plant” Tarapur, Maharashtra.

We, the undersigned, offer to provide the consulting services for the above works in accordance
with tender document and our Proposals (Technical & Financial). Our attached financial
proposal is for a sum of [Amount in words & figures]. This amount is inclusive of taxes & levies
which we have estimated at [Amount(s) in words & figures].

The financial proposal for man hour rate is also attached.

We undertake that, in executing the above contract, we shall strictly observe the laws `Prevention
of Corruption Act 1988‟ against fraud and corruption.

We remain,

Yours faithfully,

Signature __________________
(Authorized Representative)

Full Name _________________


Designation ________________
Address ___________________

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 41 of 122


Engineering Consultancy Contract for I & C of INRP 2014
3B. SUMMARY OF COSTS FOR CATEGORY–A TYPE OF WORK-
LUMP SUM COST

Sl. No. Name of Activities Amount


_________________________
In figures In words
______________________________________________________________________________

1. Lump sum Cost of Consultancy work to


complete the Assignment as specified.

2. Taxes & levies


(As on date only service tax is applicable)
(To be clarified at pre-bid stage.)

3. Any other charges

Total (in figures)


(in words)
________________________________________________________________

Note: 1. Payment will be made as per the stipulations of Special Conditions of Contract.
2. The break-up as asked for in formats 3D, 3E is to facilitate assessment of
reasonableness of cost of consultancy and conducting discussions under Para (6) of
Information to Consultants.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 42 of 122


Engineering Consultancy Contract for I & C of INRP 2014

3C. SUMMARY OF COSTS FOR CATEGORY –B TYPE OF WORK


( MAN HOUR RATE BASIS)

Estimated total cost for man hours rate basis work: ` 43 Lakhs (maximum)

Man hour rates for work not covered in lump sum part of contract.

Deliverables for this type of work will be of similar nature as Category A-(lumpsum contract),

but not included in lump-sum part (Category-A type of work) of the contract, as detailed in

Appendix A-(E)

Man-hour rates for the various applicable categories of staff for a period of two years starting

after 3 months from award of this ECC contract.

Sr. Position Years of Man Hour Rate * Man Hour Rate * Remarks
No. experience for Year- 1 for Year-2
Professional &
Staff

1.
2.
3.
4.
5.
6.

* Rates inclusive of all taxes and levies

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 43 of 122


Engineering Consultancy Contract for I & C of INRP 2014
3D. BREAKDOWN OF COST OF TIME
MAN HOUR DEPLOYED FOR CARRYING THE LUMP SUM PART (CATEGORY-A TYPE OF
WORK) OF CONTRACT

Sr. Position Yrs. Year 1 Year 2


No. Of Rate MHR Amount Rate MHR Amount
Exp.
Professional
staff
1
2
3
4
5
Sub -total

Support staff
1
2
3
4
5
Sub-total
Total

The above breakup should be given for all the milestones for sub system in lump sum
category.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 44 of 122


Engineering Consultancy Contract for I & C of INRP 2014
3E. MILESTONES FOR PAYMENT OF CONSULTANCY CHARGES AND
SCHEDULE OF CATEGORY-A TYPE OF WORK, LUMP SUM CONTRACT

This section gives the details of progress sequence and mile stone based delivery schedule. It is
to be noted that „zero‟ date of the work will start from the day contract agreement between
Consultant and NRB, BARC is reached that all the inputs have been defined for carrying out the
work or two months from the date of issue of work order whichever is earlier.

The schedule of completion of this consultancy work is 24 calendar months. Expected sequence
and schedule of engineering activities /various milestones for different system is as indicated
below:

Note to consultants:

1. Sub system division of weightage point indicated is tentative and will be worked out with the
successful bidder prior to the award of contract.
2. Payment will be released upon completion of the `activity/sub-activity‟. An activity/sub-
activity will be considered „complete‟ when the same is checked, reviewed, and accepted /
approved by the competent authority in NRB, BARC.

* Starting Schedule column indicates months from zero date to start that activity.

Sr. System / sub-system Weight point * Starting Completion


nos. schedule schedule from
and
from the date the date of
Activity Description of acceptance of
acceptance the order.
of the order.

Sub- total
total
(A) Detailed Design and engineering 75

1 Preparation of Design report for 2 Month no. 1 Month no. 8


process control & Instrumentation
system
2 Instrumentation requirement data 2 Month no. 1 Month no. 6
sheets.
3 Preparation of Piping and 15 Month no. 2 Month no. 12
Instrumentation (P & I) diagrams
(equipment-wise, system wise and
block wise).
4 Computerized Data Acquisition and 12
Control System (CDACS)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 45 of 122


Engineering Consultancy Contract for I & C of INRP 2014

Sr. System / sub-system Weight point * Starting Completion


nos. schedule schedule from
and
from the date the date of
Activity Description of acceptance of
acceptance the order.
of the order.

4.1 Detailed design, engineering and 4 Month no. 1 Month no. 8


drawings of CDAC system
architecture for process
instrumentation system
4.2 Design, engineering, detailing of 4 Month no. 2 Month no. 8
CDAC system architecture for
Radiation Display and Alarm System
(RADAS)
4.3 Design, selection, sizing and routing 4 Month no. 6 Month no. 12
of detailed Network diagrams
showing all interconnections.
5.1 Instrument loop diagrams. 12 Month no. 6 Month no. 18
5.2 Wiring diagrams 5 Month no. 12 Month no. 20
6 Pneumatic Hook up diagrams. 1 Month no. 10 Month no. 18
7 Design, engineering, preparation of 10
General Arrangement (GA) and
layout drawings of following
7.1 All Control rooms 5 Month no. 8 Month no. 16
7.2 Controls room panels, PLC, server, 1.5 Month no. 12 Month no. 18
network racks, operator console
7.3 Field instrument racks 2 Month no. 12 Month no. 18
7.4 Control Panels & Ethernet network 0.5 Month no. 15 Month no. 18
pertaining to Main Control Room for
following systems: Physical
protection system, fire alarm system
and other system
7.5 Fabrication drawings of panels, 1 Month no. 12 Month no. 18
racks and all the above items.
8 Design, engineering, architecture, 2 Month no. 15 Month no. 18
selection, sizing and routing of
detailed Network diagram for Office
LAN.
9 Design, engineering, preparation of 8
technical specifications, selection,
sizing, BOM, BOQ, cost estimation
of the entire I& C system and

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 46 of 122


Engineering Consultancy Contract for I & C of INRP 2014

Sr. System / sub-system Weight point * Starting Completion


nos. schedule schedule from
and
from the date the date of
Activity Description of acceptance of
acceptance the order.
of the order.

components which includes:


9.1 All field instruments and sensors. 3 Month no. 12 Month no. 20

9.2 All CDAC systems and network 3 Month no. 12 Month no. 20
components.
9.3 Field mounted / local control panel 0.5 Month no. 15 Month no. 20
instruments
9.4 Control panels, operator consoles, 1.5 Month no. 18 Month no. 20
engineering stations, recorders,
video walls and displays, printers,
network components, indicators,
alarm annunciators, etc.

10 Design, engineering, preparation of 2


technical specifications, selection,
sizing, BOM BOQ, cost estimation of
electrical power supply scheme and
utility
10.1 Power supply schemes for main 1.2 Month no. 19 Month no. 21
control room, secondary control
rooms, control room panels,
10.2 Instrument grounding scheme for I & 0.5 Month no. 19 Month no. 21
C systems
10.3 Air consumption requirement and 0.3 Month no. 19 Month no. 21
scheme for instrumentation,
preparation of pneumatic circuit
diagram.
11 Preparation of cable schedule, cable 2 Month no. 15 Month no. 21
tray layout drawing, support
structures, BOM, BOQ, cost
estimation for all types of cable such
as power, control, instrumentation,
signal, data communication and
network cables including its Routing
& layout drawings from sensor to
control room (s), intra-block and
inter-block and direct run cables up
to back up panels.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 47 of 122


Engineering Consultancy Contract for I & C of INRP 2014

Sr. System / sub-system Weight point * Starting Completion


nos. schedule schedule from
and
from the date the date of
Activity Description of acceptance of
acceptance the order.
of the order.

12 Preparation of Tender Package and 2 Month no. 18 Month no. 22


Cost estimation of the entire I & C
package.
(B) Analysis (Actual analysis / 10
preparation of Procedure /
reports)
13 Preparation of Procedure for Seismic 1 Month no. 10 Month no. 16
and thermal analysis for control
panels and racks, structures by
Software analysis & modeling and
shake table test as applicable
14 Seismic analysis: Software analysis 4 Month no. 12 Month no. 18
& modeling on sample basis for
following:
Control panels, transmitter and other
instrument racks, cable Trays and
structures, tubing & structures,
network switches and racks, etc.
15 Preparation of System Safety 4 Month no. 12 Month no. 18
Analysis Report of I & C system
including process instrumentation
systems and computerized data
acquisition and control systems
(CDACs).
16 Design evaluation of CDAC system 1 Month no. 12 Month no. 18
architecture
(C) Design of Software Development / 3
training / Maintenance facility
17 CDACS development and test facility 2
cum Operator training center
17.1 Design, engineering, GA and layout 0.3 Month no. 18 Month no. 22
preparation
17.2 Plant operator training center for 1.5 Month no. 18 Month no. 22
Operation and Maintenance (O & M)
staff
17.3 Technical specification, selection, 0.2 Month no. 18 Month no. 22
sizing, BOM, BOQ, cost estimation
for the above facility

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 48 of 122


Engineering Consultancy Contract for I & C of INRP 2014

Sr. System / sub-system Weight point * Starting Completion


nos. schedule schedule from
and
from the date the date of
Activity Description of acceptance of
acceptance the order.
of the order.

18 Design of maintenance lab 1


18.1 Design, engineering, GA and layout 0.5 Month no. 18 Month no. 22
preparation
18.2 Preparation of Technical 0.5 Month no. 18 Month no. 22
specification, selection, sizing, BOM,
BOQ, cost estimation
(D) Preparation of Quality Assurance 12
documents
19 CDAC system and components 3
19.1 Quality Assurance Plan 1 Month no. 18 Month no. 22
19.2 System validation plan & report 2
formats
20 Compliance with the standard: 2.5
Preparation of test procedures for
conducting relevant tests on I & C
system components
21 Factory acceptance test procedures 1.5
and report formats for all
components of I & C system
22 Site acceptance test procedures and 1.5
report formats for all components of I
& C system.
23 Acceptance criteria documents for all 0.5
components of I & C system as
mentioned
24 Preparation of standard installation 1
and installation drawings; standard
commissioning procedure; periodic
testing and Calibration procedure for
all components of I & C system
25 Preparation of System requirement 1
specification (SyRS) document for
CDAC system
26 Preparation of Software requirement 1
specification (SRS) document

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 49 of 122


Engineering Consultancy Contract for I & C of INRP 2014

SECTION-4

STANDARD FORM OF CONTRACT

4A Draft form of consultancy contract

4B General conditions of contract (GCC)

4C Special conditions of contract (SCC)

4D Additional Clauses under special condition of contract

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 50 of 122


Engineering Consultancy Contract for I & C of INRP 2014
4A. DRAFT FORM OF CONSULTANCY CONTRACT
THIS CONTRACT (hereinafter called the "Contract") is made the ______ day of the month of
___________ Two Thousand ___________ between, on the one hand, the President of India
(hereinafter called the "Government", which expression shall include his successors and
permitted assigns) acting through his duly authorized representative, Chief Executive, Nuclear
Recycle Board (NRB), Bhabha Atomic Research Centre, Department of Atomic Energy,
Government of India, Trombay, Mumbai – 400094 and, on the other hand, ___________ having
its Registered Office at _____________, (hereinafter called the "Consultant" which expression
shall, unless repugnant to the context, be deemed to include its successors and assigns).

WHEREAS
(A) the Government has requested the Consultant to provide certain consulting services as
defined in the Conditions of Contract attached to this Contract (hereinafter called the "Services");

(B) the Consultant, having represented to the Government that they have the required
professional skills, personnel and technical resources, have agreed to provide the Services on the
terms and conditions set forth in this Contract;

NOW THEREFORE the parties hereto agree as follows:


1. The following documents attached hereto shall be deemed to form an integral part of this
Contract: (a) General Conditions of Contract (hereinafter called “GCC”);
(b) Special Conditions of Contract (hereinafter called “SCC”) including
additional clauses under special condition of contract.
(c) Terms of Reference (TOR)
(d) Following Appendices:

Appendix A : Description of the Services.


Appendix B : List of Design Inputs to be provided to consultant
Appendix C : Deliverables by the Consultant
Appendix D : Specification for Documentation
Appendix E : Key Personnel & Sub-consultants
Appendix F : Facilities provided by the Government
Appendix G : Breakdown of Price
Appendix H : Mile Stones for Payment of consultancy charges.
Appendix J : Communication between the Client and the Consultant

Annexure - A : Form of Bank Guarantee Bond


Annexure - B : Model of Bank Guarantee Format for Furnishing EMD

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 51 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2. The mutual rights and obligations of the Government and the Consultant shall be as set
forth in the Contract; in particular:

(a) the Consultant shall carry out the Services in accordance with the provisions of
the Contract; and
(b) the Government shall make payments to the Consultant in accordance with the
provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
FOR AND ON BEHALF OF
[GOVERNMENT]

(________________)
Office of Chief Executive,
Nuclear Recycle Board
(Authorized Representative)
In presence of
Witness:

1.
2.
FOR AND ON BEHALF OF
[CONSULTANT]

(____________)
Designation:
(Authorized Representative)

In the presence of
Witness:

1.
2.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 52 of 122


Engineering Consultancy Contract for I & C of INRP 2014
4B: GENERAL CONDITIONS OF CONTRACT (GCC)

1. GENERAL PROVISION

1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:

a) "Government" means the Government of India,


b) “NRB” means Nuclear Recycle Board and “BARC” means Bhabha Atomic Research
Centre, of the Department of Atomic Energy, Government of India.
c) "Contract" means the Contract signed by the Parties, to which these Conditions of
Contract are attached, together with all the documents listed in Appendices of such
signed Contract;
d) "Applicable Law" means the laws and any other instruments having the force of law in
India as they may be issued and in force from time to time;
e) “Engineer-in-charge” means an engineer so appointed by the BARC responsible to direct,
supervise and be in charge of the Services to be performed by the Consultant under the
Contract.
f) "GCC" means these General Conditions of Contract;
g) “SCC” means Special Conditions of Contract by which these General Conditions of
Contract may be amended or supplemented;
h) "Party" means the Government or the Consultant, as the case may be, and Parties means
both of them;
j) “Contract Price” means the charges to be paid for the performance of Services under this
Contract;
k) "Personnel" means persons hired by the Consultant or by any Sub-consultant as
employees and assigned to the performance of the Services or any part thereof. “Foreign
Personnel” mean such persons who at the time of being so hired had their domicile
outside the Client‟s country. “Local Personnel” means such persons who at the time of
being so hired had their domicile inside the Client‟s country.
l) "Sub-consultant" means any entity to which the Consultant sub contract any part of the
Services;
m) "Third Party" means any person or entity other than the Government, the Consultant or a
Sub-consultant.
n) “Site” means the whole of the property belonging to the Government on which the
Facility will be located.
o) “Month” shall mean a calendar month.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 53 of 122


Engineering Consultancy Contract for I & C of INRP 2014
1.2 Relation between the Parties
Nothing contained herein shall be construed as establishing a relation of master and
servant or of agent and principal as between the Government and the Consultant. The
Consultant, subject to this Contract, has complete charge of Personnel performing the
Services and shall be fully responsible for the Services performed by them or on their
behalf hereunder.

1.3 Law Governing the Contract


This Contract, it‟s meaning and interpretation and the relation between the Parties be
governed by the Applicable Law.

1.4 Language
This Contract has been executed in the language specified in the SCC, which shall be the
binding and controlling language for all matters relating to the meaning or interpretation
of this Contract.

1.5 Location
The Services shall be performed at such locations as are specified in Part C Design
Guidelines and, where the location of a particular task is not so specified, at such
locations in India, as the Government may approve.

1.6 Notices
1.6.1 Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be in writing and shall be deemed to have been given or
made when delivered in person to an authorized representative of the Party to
whom the communication is addressed, or when sent by registered mail or Fax to
such Party at the address specified in the SCC.
1.6.2 Notice will deem to be effective as specified in the SCC.

1.7 Authorized Representatives


Any action required or permitted to be taken, and any document required or permitted to
be executed, under this Contract by the Government or the Consultant may be taken or
executed by the officials specified in the SCC.

1.8 Taxes and Duties


Unless otherwise specified in the SCC, the Consultant, Sub-consultants and their
Personnel shall pay such taxes, duties, fees and other impositions as may be levied under
the Applicable Law, the amount of which is deemed to have been included in the
Contract Price.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 54 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2. COMMENCEMENT, COMPLETION, MODIFICATION & TERMINATION OF


CONTRACT

2.1 Effectiveness of Contract


This Contract shall come into effect on the date the Contract is signed by both Parties or
such other date as may be stated in the SCC.

2.2 Termination of the Contract for Failure to become Effective


If this contract has not become effective due to:
a) Reasons attributable to the consultant, then the Government shall without prejudice to
any other right or remedy available in law, be at liberty to forfeit the earnest money
absolutely, after four weeks of written notice to the consultant.
b) Reasons not attributable to him, either party may, but not less than four weeks written
notice to other party, declare the contract to be null and void, and in the event of such a
declaration by either party, neither party shall have any claim against the other party with
respect hereto.

2.3 Commencement of Services


The Consultant shall begin carrying out the Services at the end of such time period after
the Effective Date as may be specified in the SCC.

2.4 Expiration of Contract


Unless terminated earlier pursuant to Clause GCC 2.8 hereof, this Contract will expire
when the Services have been completed in all respect at the end of such time period after
the Effective Date as is specified in the SCC.

2.5 Entire Agreement


This Contract contains all covenants, stipulations and provisions agreed by the Parties.
No agent or representative of either Party has authority to make, and the Parties shall not
be bound by or be liable for, any statement, representation, promise or agreement not set
forth herein.

2.6 Modification
Modification of the terms and conditions of this Contract, including any modification of
the scope of the Services or Contract Price, may only be made by written agreement
between the Parties.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 55 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2.7 Force Majeure
2.7.1 „Force Majeure‟ means and includes any cause which is beyond the control of /
either of the parties in the agreement which they could not foresee or with a
reasonable amount of diligence could not have been foreseen and which
substantially affects the performance of the Contract such as:

a) Natural phenomena such as floods, droughts, earthquakes, epidemics, etc.;


b) Acts of war – declared or undeclared, priorities and embargoes, quarantine
etc.;
c) Other phenomena such as riots, civil commotion, statewide / nation-wise
(but not local) bandh, etc.

2.7.2 Parties shall not be liable for the delays in performing their part of obligation (s)
resulting from any „Force Majeure‟ causes as referred to above. The time for
completion of the contract shall, however, be extended by a reasonable time to
cover the period of delay completely attributable to the Force Majeure events.

2.8 Termination
2.8.1 By the Client

The Government may terminate this Contract, by not less than thirty (30) days'
written notice of termination to the Consultant, to be given after the occurrence of
any of the events specified in paragraphs (a) through (d) of this Clause GCC 2.8.1
and sixty (60) days in the case of event referred to in (e) below:
(a) if the Consultant fail to remedy a failure in the performance of their
obligations under the Contract within thirty (30) days of receipt after
being notified or within such further period as the Government may have
subsequently approved in writing;

(b) if the Consultant become insolvent or bankrupt or enter into any


agreements with their creditors for relief of debt or take- advantage of any
law for the benefit of debtors or go into liquidation or receivership
whether compulsory or voluntary;
(c) if the Consultant submit to the Government a statement which has a
material effect on the rights, obligation or interests of the Government and
which the Consultants know to be false;
(d) if, as the result of Force Majeure, the Consultant are unable to perform a
material portion of the Services for a period of not less than sixty (60)
days; or
(e) if the Government, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 56 of 122


Engineering Consultancy Contract for I & C of INRP 2014

2.8.2 By the Consultant


The Consultant may, by not less than thirty (30) days' written notice to the
Government, such notice to be given after the occurrence of any of the events
specified in paragraphs (a) and (b) of this Clause GCC 2.8.2, terminate this
Contract:
(a) if the Government fails to pay any money due to the Consultant pursuant
to this Contract and not subject to dispute pursuant to Clause 8 hereof
within forty-five (45) days after receiving written notice from the
Consultant that such payment is overdue;
(b) if, as a result of Force Majeure, the Consultant are unable to perform a
material portion of the Services for a period of not less than sixty (60)
days.

2.8.3 Payment upon Termination


Upon termination of this Contract pursuant to Clauses GC 2.8.1 or 2.8.2 hereof,
the Government shall make the following payments to the Consultant (after
offsetting against these payments any amount that may be due from the
Consultant to the Government):
a) Remuneration pursuant to Clause GCC 6.1 hereof for Services
satisfactorily performed prior to the effective date of termination; and
b) Reimbursable expenditures pursuant to clause GCC 6.2 hereof for
expenditures actually incurred prior to the effective date of termination.

2.8.4 The Government shall not be liable to pay any bonus, damage or other claims of
the Consultant for the loss of expected profit on or interest in uncompleted
portions of the work and services.

2.8.5 In the event, the contract is terminated due to reasons of unsatisfactory


performance, negligence or inordinate delays in achieving the targets, the
Government shall be free to forfeit the Earnest Money Deposit / Security Deposit
fully or partially as may be decided by the Government.

2.8.6 In the event of termination of Contract, the Consultant shall furnish to the Client
all the design, drawings, data, documents and details as are existing with him on
that date in the form of hard copy & soft copy.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 57 of 122


Engineering Consultancy Contract for I & C of INRP 2014
3. OBLIGATIONS OF THE CONSULTANT

3.1 General
3.1.1 Standard of Performance

The Consultant shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe sound
management practices, and employ appropriate advanced technology and safe and
effective equipment machinery, materials and methods. The Consultant shall
always act, in respect of any matter relating to this Contract or to the Services, as
faithful advisers to the Government, and shall at all times support and safeguard
the Government legitimate interests in any dealings with sub-Consultant or Third
Parties.

3.2 Conflict of Interests


3.2.1 Consultant not to benefit from Commissions, Discounts, etc.

(a) The remuneration of the Consultant pursuant to Clause GCC 6.1 hereof shall
constitute the Consultant‟s sole remuneration in connection with this Contract
or the Services, the Consultant shall not accept for their own benefit any trade
commission, discount or similar payment in connection with activities
pursuant to this Contract or to the Services or in the discharge of their
obligations hereunder, and the Consultant shall use their best efforts to ensure
that any Sub-consultant, as well as the Personnel and agents of either of them,
similarly shall not receive any such additional remuneration.
(b) If the Consultant, as part of the Services, have the responsibility of advising
the Government on the procurement of goods or appointment of construction
contractors, the Consultant shall comply with any applicable procurement
guidelines, work contract procedures etc. of the Government and shall at all
times exercise such responsibility in the best interest of the Government. Any
discounts or commissions obtained by the Consultant in the exercise of such
responsibility shall be for the account of the Government.
(c) The Consultant shall not have the benefit either directly or indirectly of any
royalty or gratuity or commission in respect of any patented or protected
article or process used unless it is mutually agreed.

3.2.2 Consultant & Affiliates not to be otherwise Interested in Project


The Consultant agree that during the term of this Contract and after its
termination, the Consultant and his affiliates, as well as Sub-consultants shall be

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 58 of 122


Engineering Consultancy Contract for I & C of INRP 2014
disqualified from providing goods, works or services (other than the Services and
continuation thereof) for any project resulting from the Services.

3.2.3 Prohibition of Conflicting Activities


Neither the Consultant nor their sub-Consultant nor the Personnel of either of
them shall engage, either directly or indirectly, in any of the following activities:
(a) during the term of this Contract, any business or professional activities
which would conflict with the activities assigned to them under this
Contract; or
(b) after the termination of this Contract, such other activities as may be
specified in the SCC.

3.3 Confidentiality
(a) The Consultant, his Sub-contractors and the Personnel of either of them shall not
disclose any information and data furnished to him by Government to any third
party nor shall disclose any drawings, reports, specification, manuals and other
information developed and prepared for Government by the Consultant and his
Sub-contractors and the Personnel of either of them, without prior written approval
of Government.
(b) The Consultant and his Sub-contractors and the Personnel of either of them shall be
subject to the provisions of the Atomic Energy Act, 1962 and Official Secret Act
1923, with amendments as of date, pertaining to such information at all times.
(c) The Consultant and his Sub-contractors and the Personnel of either of them shall not
use BARC‟s name for any publicity purposes through any public media like Press,
Radio, T.V. or Internet without the prior written approval of Government.

3.4 Insurance to be taken out by the Consultant


The Consultant (i) shall take out and maintain, and shall cause any sub-Consultant to take
out and maintain, at their (or the sub-Consultant', as the case may be) own cost but on
terms and conditions approved by the Government, insurance against the risks, and for
the coverage, as shall be specified in the Special Conditions of Contract (SCC), and (ii) at
the Government‟s request, shall provide evidence to the Government showing that such
insurance has been taken out and maintained and that the current premiums therefore
have been paid.

3.5 Consultant’s Actions requiring Government’s prior Approval


The Consultant shall obtain the Government‟s prior approval in writing before taking any
of the following actions:
(a) appointing such members of the Personnel as are listed in Appendix E, Section 5
of TOR merely by title but not by name.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 59 of 122


Engineering Consultancy Contract for I & C of INRP 2014
(b) entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of the sub-consultant and the terms and
conditions of the subcontract shall have been approved in writing by the
Government prior to the execution of the subcontract, and (ii) that the Consultant
shall remain fully liable for the performance of the Services by the sub-consultant
and its Personnel pursuant to this Contract; (iii) that the Government shall have
access to the premises of the sub-consultant to the extent necessary to co-ordinate
the Services performed by the sub-consultant; and
(c) any other action that may be specified in the SCC.

3.6 Reporting Obligations


The Consultant shall submit to the Government the reports and documents and other
deliverables specified in Appendix–D, Section 5 of TOR hereto, in the form, in the
numbers and within the time period as agreed upon.

3.7 Documents prepared by the Consultant to be the Property of the Government (IPR)
(a) All plans, drawings, specifications, designs, reports and other documents prepared
by the Consultant in performing the Services shall become and remain the property
of the Government, and the Consultant shall, not later than upon termination or
expiration of this Contract, deliver all such documents to the Government, together
with a detailed inventory thereof. Government reserves the right of repetitive use of
these designs, drawings, specifications etc. without any financial obligation to the
Consultant.
(b) The Consultant shall also return, along with the detailed inventory thereof, all
plans, drawings, specification, reports etc. made available by the Government for
performing the Services, upon termination or expiration of the Contract.
(c) Copyrights and all proprietary rights of all design, drawings, specifications,
software, program, reports, formats, manuals, documents etc. developed and
prepared by the Consultant for this assignment shall vest with the Government and
shall not use these for any other purpose/assignment without the written permission
of the Government. Any deviation to this effect will be dealt with in accordance
with law.

3.8 Defect Liability


(a) Should any defect or inadequacy occur in the work carried out or the service
performed by the Consultant prior to the completion of defect liability period,
the Consultant shall be under a legal obligation to perform, at his own initiatives
and free of cost without any additional liability to the Government, all such
services as shall be deemed necessary to remedy such defects or inadequacy. The
decision of the Engineer-in-charge regarding defect or inadequacy‟ in the work so
carried out and service rendered shall be final and binding.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 60 of 122


Engineering Consultancy Contract for I & C of INRP 2014
(b) In case, despite the specific request by the Government to the Consultant to
rectify or remedy the defect or inadequacy so pointed out and brought to the
notice of the Consultant, the Consultant fails and neglects to rectify the same,
within the time frame given by the Government for such rectification, then the
Government shall be within its right to correct such defects of the inadequacy(s)
rectified from a third agency at the costs and risks of the Consultant. It shall be
within the right of the Government to adjust / recover such additional costs, so
incurred by the Government from the payments due and payable to the
Consultant.
(c) Contractor is responsible for the entire design e.g. design of system; selection of
field instruments etc. beyond the contract period of 24 months. Extended warranty
period for this purpose is 30 months beyond the contract period is over.
(d) If any mistakes or lapses noticed in design/drawings/document beyond the
contract period of 24 months, bidder is liable to do correction for these defects
without any extra cost, till successful installation, commissioning of the system or
till extended warranty is over, whichever is earlier.
(e) Liability of the Consultant shall expire as per the time schedule / provision
specified in SCC.

4. CONSULTANT’S PERSONNEL

4.1 General
The Consultant shall employ and provide such qualified and experienced Personnel as are
required to carry out the Services. The Consultant shall also bond his Personnel to the
confidentiality of the Services performed by them under this Contract.

4.2 Description of Personnel


The titles, agreed job descriptions, minimum qualification and estimated periods of
engagement in carrying out the Services, of each of the Consultant‟s Key Personnel are
described in Appendix-E Section 5 of TOR. If any of the Key Personnel has already been
approved by the Governments his/her name is listed as well.

4.3 Removal and/or Replacement of Personnel


(a) Except as the Government may otherwise agree no changes shall be made in the
Key Personnel. If, for any reason beyond the reasonable control of the
Consultant, it becomes necessary to replace any of the Personnel, the Consultant
shall forthwith provide as a replacement a person of equivalent or better
qualifications.
(b) If the Engineer-in-charge (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action, or (ii)
has reasonable cause to be dissatisfied with the performance of any of the

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 61 of 122


Engineering Consultancy Contract for I & C of INRP 2014
Personnel, then the Consultant shall, at the Government‟s written request
specifying the grounds therefore, forthwith provide as a replacement a person
with qualifications and experience acceptable to the Government. Failure to do so
shall be construed to be a default for which the Government could terminate the
Contract.
(c) The Consultant shall have no claim for additional costs arising out of or incidental
to any removal and/or replacement of Personnel.

5. OBLIGATIONS OF THE GOVERNMENT

5.1 Assistance and Exemptions


The Government shall use its best efforts to:
(a) provide the Consultant, Sub-consultant and Personnel with work permits,
pertinent data and such other documents as shall be necessary to enable the
Consultant, Sub-consultant or Personnel to perform the Services;
(b) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services;
(c) give decisions on all matters laid before the Government by the Consultant in such
a reasonable time as not to delay the work of the Consultant.

5.2 Change in the Applicable Law


If, after the date of this Contract, there is any change in the Applicable Law with respect
to taxes and duties which increases or decreases the consultancy cost for performing the
Services, then the remuneration otherwise payable to the Consultant under this Contract
shall be increased or decreased accordingly by agreement between the Parties hereto, and
corresponding adjustments shall be made to the contract price specified in
Clause GCC 6.1.

5.3 Services & Facilities


The Government shall make available to the Consultant the services and facilities as
described in Appendix–F Section 5 of TOR.

5.4 Payment
In consideration of the Services performed by the Consultant under this Contract, the
Government shall make to the Consultant such payments and in such manner as is
provided by Clause GCC 6.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 62 of 122


Engineering Consultancy Contract for I & C of INRP 2014

6. PAYMENTS TO THE CONSULTANT

6.1 Contract Price; Ceiling Amount


The price payable is set forth in the SCC. Except as provided in Clause 5.2 and as may
be otherwise agreed under Clause 2.6, payment under this contract shall not exceed the
amount in local currency specified in the SCC. The Consultants shall notify the
Government as soon as cumulative charges incurred for the Services have reached 80%
of the amount specified.

6.2 Payment for Additional Work (Category-B type, Man Hour basis work)
For the purpose of determining remuneration due for additional services, as specified in
the SCC and may be agreed under Clause 2.6, a category wise man-hour rate is to be
provided by consultant as in APPENDIX – G Section 5 of TOR.

6.4 Currency of Payment


All payments shall be made only in Indian Rupee. No Payment in foreign currency
shall be made to the Consultant for the Services under this Contract.

6.5 Mode of Billing & Payment


Billing and payments in respect of the Services shall be made as follows:
(a) The payment to the Consultant will be made periodically as per the schedule of
payment agreed upon. The Government shall cause the payment to the Consultant
to the extent of ninety (90) percent of the amount indicated in the bill (in the
absence of Bank Guarantee against Security Deposit), received in triplicate along
with duly approved supporting documents, within thirty days of receipt of the bill.

(b) Balance ten (10) percent (if deducted) will be paid at the end of the defect liability
period.

(c) Monthly billing with minimum amount of Rs. 25 lakhs shall be paid by client as per
the breakdown of milestones.

(d) The final payment under this Contract shall be made only after the final report and a
final statement identified as such, shall have been submitted by the Consultant and
approved as satisfactory by the Engineer-in-charge. The Services shall be deemed
completed and finally accepted by the Engineer-in-charge and the final report and
final statement shall be deemed approved by the Government as satisfactory ninety
(90) days after receipt of the final report and final statement by the Government
unless the Government, within such ninety day period, gives written notice to the
Consultant specifying in detail deficiencies in the Services, the final report or final
statement. The Consultant shall thereupon promptly make any necessary

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 63 of 122


Engineering Consultancy Contract for I & C of INRP 2014
corrections, and upon completion of such corrections, the foregoing process shall be
repeated. Any amount which the Government has paid or caused to be paid in
accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
Consultant to the Government within thirty days after receipt by the Consultant of
notice thereof. Any such claim by the Government for reimbursement must be
made within twelve (12) months after receipt by the Government of a final report
and a final statement approved by the Client in accordance with the above.

6.6 Terms & Conditions of Payment


Payments will be made to the account of the Consultant and according to the payment
schedule stated in the SCC.

7. SETTLEMENT OF DISPUTES

7.1 Amicable Settlement


The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Contract or the interpretation thereof.

7.2 Dispute Settlement


Any dispute between the Parties as to matters arising pursuant to this Contract which
cannot be settled amicably within thirty (30) days after receipt by one Party of the other
Party‟s request for such amicable settlement may be submitted by either Party for
settlement in accordance with the provisions specified in the SCC.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 64 of 122


Engineering Consultancy Contract for I & C of INRP 2014
4C: SPECIAL CONDITIONS OF CONTRACT (SCC)

Number of Amendments of, and supplements to, Clauses in the General


GCC Clause Conditions of contract

1.4 The language is : English

1.6.1 The addresses are:

For the Government: Office of Chief Executive


Nuclear Recycle Board, BARC
NRB Building, Anushaktinagar,
Mumbai – 400 094.

Facsimile : 022 – 25509839 / 25555118


Email : apk@barc.gov.in / mnj@barc.gov.in

For the Consultant: _____________________,


_____________________
_____________________
Facsimile: _____________________
E-mail: _____________________
1.6.2 Notice will be deemed to be effective as follows:
(a) in the case of personal delivery or registered mail, on
delivery;
(b) in the case of facsimiles, 24 hours following confirmed
transmission.

1.7 The Authorized Representatives are:


(a) For the Government:
Approving authority: Chief Executive
Nuclear Recycle Board, BARC
Paying Authority: PAO, BARC.
(b) For the Consultant: ___________________________

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 65 of 122


Engineering Consultancy Contract for I & C of INRP 2014

1.8 Taxes as applicable during the currency of the contract will be paid in
addition to the Contract price.
As on date, only Service Tax is applicable during the currency of the
contract and the same will be paid in addition to the Contract price.
As per present law, IT @ 10% will be deducted from your bill.

2.1 Effectiveness of Contract: The contract shall come into effect on


the date of signing of contract by both the parties

2.2 Termination of the Contract for Failure to become Effective: The


time period shall be four (4) weeks / one (1) month notice.

2.3 Commencement of Services: The time period shall be 45 days or the


completion of discussion/clarification on all technical details after
date of signing of contract, whichever is earlier.

2.4 Expiration of the Contract: The completion time period is Twenty


four (24) Calendar months.

3.4 The risks and the coverage shall be as follows:


(a) employer's liability and workers' compensation insurance in
respect of the Personnel of the Consultant and of any sub-
consultant, in accordance with the relevant provisions of the
Applicable Law, as well as, with respect to such Personnel, any
such life, health, accident, travel or other insurance as may be
appropriate; and
(b) insurance against loss of or damage to (i) equipment
purchased in whole or in part with funds provided under this
Contract, (ii) the Consultant‟s property used in the performance of
the Services, and (iii) any documents prepared by the Consultant in
the performance of the Services.

3.8 The defect liability period shall be thirty (30) Months from the date
of the completion of the assignment.

6.1 The amount payable in Indian Rupees is : Rs. : __________/- (Rs.


_______________ Only) inclusive of all taxes.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 66 of 122


Engineering Consultancy Contract for I & C of INRP 2014

6.2 Additional payment envisaged is towards:


(a) Additional design/ engineering work if necessitated, duly
approved by the Government, which will be based on Category-B
wise man-hour rate as given in APPENDIX –G, Section 5 of TOR.
Note- Additional design / engineering work means work with
respect to design, engineering, of the job/work not covered
specifically in Part C of this document but of similar nature.

(b) Service tax as applicable during the currency of Contract.

6.6 The payment schedule envisaged is:


(a) Progressive payment on the basis of milestone
achieved during the execution of this Contract, as
listed in Appendix – H Section 5 of TOR, hereto.

(b) Monthly payment with minimum billable amount of


Rs. 25 lakhs.

(c) For release of balance 10% payment consultant is


required to produce „Work Completion Certificate
(WCC)‟ issued by the client.

7.2 Disputes shall be settled by arbitration in accordance with the


following provisions:

Any dispute or difference at any time arising between the


Government and the Consultant as to the construction, meaning or
effect of the Contract or as to any clause, matter or thing herein
contained or as to the rights and liabilities of the parties hereto shall
be referred to a Sole Arbitrator to be appointed by the authority who
will decide the case in accordance with and subject to the provisions
of the Indian Arbitration & Reconciliation Act, 1996 or any statutory
modifications or re-enactment thereto or thereof for the time being in
force and all proceedings in any such Arbitration shall be held in
Mumbai.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 67 of 122


Engineering Consultancy Contract for I & C of INRP 2014

4D Additional UNDER SPECIAL CONDITION OF CONTRACT (USCC)


Clauses

1. Security Deposit:
The Consultant shall have to pay Security Deposit (SD) @ 10 % of the Lumpsum
Contract price. SD can be paid in the form of Demand Draft/Bank Guarantee by the
Consultant or it can be recovered from the Consultant's running bill @ 10% of bill value
till the full amount of SD, as computed under Clause GC 6.1, is built up. EMD deposited
at the time of submission of proposal will be treated as part of SD. Amount kept under
SD shall not bear interest and same shall be returned to Consultant at the end of the
defect liability period of the Contract.

2. Measures to be taken upon Force Majeure

(a) A Party affected by an event of Force Majeure shall take all reasonable measures
to remove such Party's inability to fulfill its obligations hereunder with a
minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of such
event as soon as possible, and in any event not later than fourteen (14) days
following the occurrence of such event, providing evidence of the nature and
cause of such event, and shall similarly give notice of the restoration of normal
conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the consequences of
any event of Force Majeure.

3. Suspension of Services
The Government may, by written notice of suspension to the Consultant, suspend all
payments to the Consultant hereunder if the Consultant fail to perform any of their
obligations under this Contract, including the carrying out of the Services, provided that
such notice of suspension (i) shall specify the nature of the failure, and (ii) shall request
the Consultant to remedy such failure within a period not exceeding thirty (30) days after
receipt by the Consultant of such notice of suspension.

4. Foreclosure of the Contract


It shall be within the authority of the Government, at any time after acceptance of the bid
or during the execution of the work, to foreclose or reduce the scope of the work, for any
reasons whatsoever, either partly or wholly by giving the written notice not less than 15
days to the Consultant. In such an event, the Consultant shall have no claim whatsoever
on account of any profits (s) or advantage (s) which the Consultant might have derived
from the execution of work in full but for the reasons of the foreclosure of the whole or

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 68 of 122


Engineering Consultancy Contract for I & C of INRP 2014
part of the work. However, the Consultant shall be paid at the contract rates for the
Services performed by him and the amount certified by the `Engineer-in-Charge‟.
Consultant will have no claims for work not accepted by the department.
5. Abandonment of Work
In case, the work is abandoned by the Consultant, without good and sufficient
justifications and consequent loss suffered by the Government in getting the left out job
completed from other agency, the consultant shall be liable to compensate the
Government adequately by paying the difference(s) in the amount of the actual Contract
value awarded to the new Consultant for completing the left out balance work and the
amount which would have been paid to the Consultant had the Consultant not abandoned
the work.
6. Performance Guarantee
The Consultant shall carry out the work and services in conformity with generally
accepted norms and sound engineering practices. Consultant shall be responsible for the
technical soundness of the Services rendered by him. In the event of any deficiency
noticed at any time up to 30 months from the date of final acceptance of the work,
Consultant shall inter alia promptly redo such design, engineering, analysis, inspection,
site supervisory services etc. at no extra cost to the Government.
7. Rectification of Errors, Omissions etc.
All errors and omissions in design, drawings, specifications, tenders, manuals etc.
furnished by the Consultant shall be rectified by the Consultant and should the error or
omission be the result of fault and negligence on the part of the Consultant or his
personnel, the Consultant shall rectify the same at his own cost. Should such rectification
be not carried out to its reasonable satisfaction, Government may at its discretion have
such rectification done by any other consultant, and reasonable fee and disbursement of
such other consultant shall be borne by the Consultant.
8. Accounting, Inspection and Auditing
The Consultant (i) shall keep accurate and systematic accounts and records in respect of
the Services hereunder, in accordance with internationally accepted accounting principles
and in such form and detail as will clearly identify all relevant time charges and cost, and
the bases thereof and (ii) shall permit the Government or its designated representative
periodically, and up to three years from the expiration or termination of this Contract, to
inspect the same and make copies thereof as well as to have them audited by auditors
appointed by the Government.
9. Equipment and Materials furnished by the Government
Equipment and materials made available to the Consultant by the Government, or
purchased by the Consultant with funds provided by the Government, shall be the
property of the Government and shall be marked accordingly. Upon termination or
expiration of this Contract, the Consultant shall make available to the Government an
inventory of such equipment and materials and shall dispose of such equipment and
materials in accordance with the Government‟s instructions. While in possession of such
equipment and materials, the Consultant, unless otherwise instructed by the Government
in writing, shall insure them at his own expense for an amount equal to their full
replacement value.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 69 of 122


Engineering Consultancy Contract for I & C of INRP 2014

10. Indemnification
(a) The Consultant shall indemnify and keep indemnified the Government for and
against any and all claims, actions, demands, costs, charges and expenses arising
from or for infringement of patent rights, copy rights or other protected rights, if
any, in design, plans, diagrams, drawings in respect of any of the equipment,
processes or construction methods furnished by the Consultant for the
performance of the Service, and found to have infringed any such rights.

(b) In the event of any claim being made or action being brought against the
Government in respect of any of the matters referred to the above, Consultant
shall promptly be notified and it shall at its own expenses conduct all negotiations
for the settlement of the same and any litigation that may arise.

(c) In the event of any designs, plans, diagrams, drawings in respect of any of the
equipment, processes or construction methods furnished by the Consultant for the
performance of the Service constitute infringement of patent or any of the
protected rights and use thereof is restrained, the Consultant shall at no extra cost
to the Government procure the right to continue using the same or replace the
same at their own costs with non-infringing work approved by the Government or
modify them so that these become non-infringing, but such modifications shall
otherwise be to the entire satisfaction of the Government.

(d) The provisions of (a) to (c) above shall survive the completion, expiration or
termination of the Contract.

11. Responsibility for Design:


The final responsibility for the correctness, adequacy and accuracy of the designs,
drawings, technical specifications, tenders documents, purchase specifications,
installation instructions etc. furnished by the Consultant, shall lie with the Consultant.

The Consultant shall ensure that all designs and services rendered by him, under this
Agreement, are in compliance with the existing statutory regulations of bodies such as
AERB, Boiler Inspector, Electrical Inspector, Directorate of Explosive & Civil Aviation
etc. as well as BARC Safety Council.

12. Liability of the Consultant


(a) Except in case of gross negligence or willful misconduct on the part of the
Consultant or on the part of any person or firm acting on behalf of the Consultant
in carrying out the Services, the liability of the Consultant for all guarantees &
warrantees shall be limited to five (5) percent of the Contract Price.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 70 of 122


Engineering Consultancy Contract for I & C of INRP 2014
(b) This limitation of liability shall not affect the Consultant‟s liability, if any, for
damage to Third Parties caused by the Consultant or any person or firm acting on
behalf of the Consultant in carrying out the Services.

(c) In case of gross negligence or willful misconduct on the part of the consultant or
on the part of any person or firm acting on behalf of the Consultant in carrying out
the Services, the liability of the Consultant shall be 100% of the contract value for
defects in the deliverables/deficiencies in the Services.

13 Levy of Liquidated Damages


For any delays, attributable to the Consultant in the scheduled dates / periods of
completion of different activities as per the agreed work schedule, the Consultant shall
pay to the Government compensation as Liquidated Damages (LD), calculated at a rate of
0.25% on unfinished contract price per week or a part thereof, subject to a maximum
limit of 5% on unfinished Contract price without prejudice to Government‟s other rights
mentioned in the Contract. The LD clause will be applied on the basis of achievement or
milestone.

The amount of liquidated damages may be adjusted or set off against any sum payable to
the Consultant under this or any other contract with the Client at one or more of its units.

14 Price Escalation
In case of extension of contracted period, for reasons not attributable to the consultant,
the value of the work carried out beyond the contracted period will be eligible for price
escalation and will be based on the Consumer Price Index for Urban Non-Manual
Employees as published by RBI.

The amount payable after considering the escalation will be worked out as stipulated
hereunder:

Amount Payable = 0.85 Wv {(P1 - P0) / P0} + Wv


Wv : The value of work done beyond the contracted period, as per the Invoice.
P0 : Value of the base index applicable for the month previous to the month of
expiry of the contract.
P1 : Average value of the index for the period during which work under the Invoice
was carried out.

15. Working hours, Overtime, Leave, etc.


(a) The Consultant, Sub-consultant or their Personnel shall not be entitled to any
overtime payment and the same deemed to have been included in the Contract

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 71 of 122


Engineering Consultancy Contract for I & C of INRP 2014
Price. Taking of leave by Key Personnel shall be subject to the prior approval by
the Consultant who shall ensure that absence for leave purposes will not delay the
progress and adequate supervision of the Services.

16. Project Organization


The Consultant shall ensure that at all times during the Consultant‟s performance of the
Services a well-defined project set-up exists at his end. This set-up only will interact with
the Government‟s personnel in providing the Services.

17. Access to Site


The Government warrants that the Consultant shall have, free of charge, unimpeded
access to the Site in respect of which access is required for the performance of the
Services. The Government will be responsible for any damage to such Sites or any
property thereon resulting from such access and will indemnify the Consultant and each
of the Personnel in respect of liability for any such damage, unless such damage is caused
by the default or negligence of the Consultant or any sub-consultant or the Personnel of
either of them.

18. Security Rules


The Consultant will follow the rules and regulation for the security framed by the
Government from time to time regarding movement of personnel, materials and
equipment to and from office/site, issue of identity cards, control of entry of personnel
and all similar matters. Presently, visitors are required to carry their own identity cards
for casual visits and frequent visitors are required to obtain & produce Police verification
Certificate. The Consultant will also follow all rules and regulations applicable to the area
being declared/ pronounced from time to time by the authorities or authority of existing
facilities of the Government in the vicinity of any other statutory orders. Nothing extra
will be payable on account of stoppage/hindrance of the work due to the enforcement of
security measures/ emergency conditions.

19. Rights of Other Agencies


Other agencies may also be simultaneously working within and around the
locations/areas designated to carry out the Assignment. No extra claim during the tenure
of the work will be entertained by the Government for hindrances on account of such
interfaces with other/allied agencies.

20. Idle Claim


No claims from the Consultant will be entertained on account of idle work force, non-use
of facilities due to stoppage of work, unprecedented rain, storm or any other unforeseen
circumstances.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 72 of 122


Engineering Consultancy Contract for I & C of INRP 2014

21. Fairness & Good Faith


a) Good Faith
The Parties undertake to act in good faith with respect to each other‟s rights under
this Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.
b) Operation of the Contract
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties
hereby agree that it is their intention that this Contract shall operate fairly
between them, and without detriment to the interest of either of them, and that, if
during the term of this Contract either Party believes that this Contract is
operating unfairly, the Parties will use their best efforts to agree on such action as
may be necessary to remove the cause or causes of such unfairness, but no failure
to agree on any action pursuant to this Clause shall give rise to a dispute subject to
arbitration in accordance with Clause 7 of GCC.

22. The consultant shall indicate in his offer the name and address of his authorized
representative to whom all communication should be addressed.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 73 of 122


Engineering Consultancy Contract for I & C of INRP 2014
SECTION – 5: TERMS OF REFERENCE (TOR)

TERMS OF REFERENCE ( TOR)

1 Introduction

2 Objective

3 Scope of work

4 Schedule for completion of the assignment.

5 Data, information, document, reports, services and facilities to be


provided by the client.

6 Deliverables by the consultant.

7 Procedure for progress review, status, of the assignment.

8 List of key professional positions whose CV and experience would be


evaluated

9 List of facilities that need to be available with the consultant

10 Acceptance Criteria

11 Appendices

12 Annexures

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 74 of 122


Engineering Consultancy Contract for I & C of INRP 2014
SECTION – 5: TERMS OF REFERENCE (TOR)

1. INTRODUCTION
Nuclear Recycle Board (NRB), Bhabha Atomic Research Centre (BARC) proposes to set
up an integrated chemical plant. The plant titled INRP will be located in the premises of
BARC Facilities at Tarapur. The project consists of about 20 major blocks comprising of
chemical plants, storage buildings, service & utility buildings, connecting corridors, pipe
racks, stacks, underground trenches, ducts etc and a number of small blocks & ancillary
structures that are to be constructed at the site having an area of about 40 hectares.

Work proposed in this tender is engineering design of Instrumentation & Control (I & C)
System for this plant. The Consultant being engaged shall provide design engineering
services for I & C system and assistance in getting regulatory clearances as and when
required, in close co-ordination with NRB, BARC as detailed in this document.

2. OBJECTIVE
Work proposed in this tender includes design, preparation and submission of design
report; P & I diagrams; loop diagrams; design of computer based data acquisition
(CDAC) system architecture; seismic design & analysis; design, GA and layout drawings
of control rooms, PLC I/O racks, control panels; specification, selection, sizing of field
instrumentation with installation, mounting drawings; BOM, BOQ, QA documents, etc
as detailed in subsequent chapters.

The objective is to obtain complete design, drawings, procedures, methodology, BOM,


BOQ, tender document and QAP plans for all the work as per technical requirement so
that NRB, BARC can execute procurement, site installation and commissioning work of
instrumentation & control system of INRP as per design intent.

3. SCOPE OF THE WORK


Brief scope of work is as detailed in the following areas:

3.1 Detailed design and engineering of I & C system based on basic design inputs for
process I/Os of total nos. of 35,000 (approx.); Each process block has I/Os
ranging from 1000 to 6000 (approx.); Preparation of design report for process
control & instrumentation system; process instrumentation requirement data
sheets, P & I diagrams, instrumentation loop diagram.

3.2 Design, detail engineering of distributed computer based data acquisition and
control (CDAC) system architecture; dual redundant control & supervisory LAN;
Preparation of BOM, BOQ, sizing, detailed network diagram showing
interconnections between PLCs, SCADA servers, clients, engineering consoles,
operating consoles, displays, recorders, field instruments etc;

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 75 of 122


Engineering Consultancy Contract for I & C of INRP 2014

3.3 General arrangement and layout drawings for control rooms, control panels, PLC
I/O racks, network & server racks, annunciation panels; mounting arrangement of
field instruments like temperature and pressure transmitters, rotameter, control
valves, orifice, flow sensors, solenoid valves, junction boxes, marshaling racks;
preparation of cable schedule, trays layouts and routing drawings for power, data,
signal network cables; instrument power supply & grounding systems.

3.4 Seismic design and analysis of structures and systems like transmitter racks,
control panels, marshaling and service racks; Thermal, EMI, EMC analysis for
control panels and enclosures by software & modeling; Preparation of procedure
for the same.

3.5 Analysis of Computerised Data Acquisition & Control System for availability,
reliability & failure mode effect analysis, fault tree analysis, diagnostics;
Preparation of system safety analysis report of I & C system / subsystems;

3.6 Preparation of a tender package with cost estimation for procurement and
construction (P & C) of I & C system; specification, selection, sizing of field
instruments and sensors; Preparation of BOM, BOQ for I & C system components
from sensor to control room; Preparation of QA documents.

3.7 Consultancy work will include engineering of in-cell process instrumentation;


out-cell auxiliary systems, CDAC. It shall also partly include Surveillance and in-
service inspection system, Physical Protection Systems (PPS), office LAN

3.8 While preparing the specifications, consultant shall factor in the design
obsolescence / availability of the system/ component/ field instruments
considering time span of design and procurement; and design accordingly.

3.9 ECC shall include provision for mid-life up-gradation of I & C system, so as to
reduce shut down duration to a few months.

3.10 Outcome of I & C ECC will be a single work package for I & C system for safe
operation of the plant and documents pertaining to design, QAP, Installation, shall
be submitted as detailed in APPENDIX – C.

4. SCHEDULE FOR COMPLETION OF THE ASSIGNMENT


The contract work is to be completed in 24 calendar months.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 76 of 122


Engineering Consultancy Contract for I & C of INRP 2014
5. DATA, INFORMATION, DOCUMENT, REPORTS, SERVICES AND
FACILITIES TO BE PROVIDED BY THE CLIENT

This covers the scope of NRB, BARC as providing design inputs to consultant in form of
drawings, reports, documents, codes/standards etc. in soft or hard copies. Design inputs
shall be provided as per the schedule of work planned over a period of 24 months.
Consultant can ask for additional input which is not listed here whenever required. This
shall be clarified during pre-bid meeting. Refer PART-C: Technical Specifications and
Design Guidelines.

6. DELIVERABLES BY THE CONSULTANT


Consultant shall be responsible to provide the deliverables (reports, data, system,
drawings, documents etc.) as per the details given in APPENDIX – C, Deliverable by the
consultant.

7. PROCEDURE FOR PROGRESS REVIEW, STATUS ETC OF THE


ASSIGNMENT

Project Coordination procedure shall be established after award of contract; however the
following practices shall be followed:

(a) Weekly reporting for the job completed and present status and planning for the next
week.
(b) Monthly reporting for the job completed and present status and planning for the
next month.
(c) Review of progress on a monthly basis at NRB office. If progress is not
satisfactorily then review at fortnight.
(d) Preparation of bar charts for targets fixed and progress of each item of work.
(e) Form of Submission of reports / documents/ analysis/ manuals shall be as per
APPENDIX – D, Section 5 of TOR
(f) A monthly meeting at the level of head of units at NRB, BARC office.

8. LIST OF KEY PROFESSIONAL POSITIONS WHOSE CV AND EXPERIENCE


WOULD BE EVALUATED.
Refer As indicated in Part – B, Section 1 – 10 (Datasheet), clause 3.3 (iv)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 77 of 122


Engineering Consultancy Contract for I & C of INRP 2014
9. LIST OF FACILITIES THAT NEED TO BE AVAILABLE WITH THE
CONSULTANT AND WOULD BE EVALUATED.
Engineering Services Consultant shall have following facilities:

a) Full-fledged office building having departments like technical and non-technical


with sub sections.
b) Experienced and dynamic leader in all the sectors of the business and experienced
staff in all the discipline.
c) Design facilities to design and analysis meeting all requirements for national and
international codes and standards.
d) Design and AutoCAD facilities.
e) Well established QMS with BIS/ISO certification.
f) Adequate Computer Aided Engineering (CAE) packages for preparation of
dynamic P & ID, E & I diagrams, etc. for complete I & C design;
g) Project management tools, work stations, etc.
h) Standard drafting and printing packages/facilities and related facilities.

10. ACCEPTANCE CRITERIA

a) Design shall comply with the applicable codes, standard and regulatory
requirements. List of applicable standards has been incorporated in Part C of this
document.
b) All drawings & documentation activities shall comply with AERB/ DAE/
ISO/current international standard for documentation for the system / component /
instrument / diagrams. APPENDIX – D covers the formats for submission of the
documentation.
c) After awarding the contract, purchaser, in consultation with consultant, will
establish the procedure for preparation and control of output documents for each
type of design activity. Typical subjects to be covered are format, identification,
review and approval, revisions, Indication of status, nonconformance with design
if any, storage and control of master copy. It will be binding on the contractor to
follow the same.
d) Design analysis shall be legible and shall be in a form suitable for reproduction,
filing and retrieving. Analysis shall be sufficiently detailed as to purpose, method,
procedures, assumptions, design inputs, references, calculations and units, results.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 78 of 122


Engineering Consultancy Contract for I & C of INRP 2014

11. APPENDICES

APPENDICES

APPENDIX - A DESCRIPTION OF THE SERVICES

APPENDIX - B LIST OF DESIGN INPUTS TO BE PROVIDED TO


CONSULTANT

APPENDIX - C LIST OF DELIVERABLES BY THE CONSULTANT

APPENDIX – D SPECIFICATION FOR DOCUMENTATION

APPENDIX – E KEY PERSONNEL AND SUB-CONSULTANTS

APPENDIX - F FACILITIES PROVIDED BY THE GOVERNMENT

APPENDIX - G MAN HOUR RATES FOR ADDITIONAL SERVICES

APPENDIX - H MILESTONES FOR PAYMENT OF CONSULTANCY


CHARGES

APPENDIX - J COMMUNICATION BETWEEN THE CLIENT AND


CONSULTANT

12. ANNEXURES

ANNEXURES

ANNEXURE - A FORM OF BANK GUARANTEE / BOND

ANNEXURE - B MODEL BANK GUARANTEE FORMAT FOR


FURNISHING EMD

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 79 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDIX – A
DESCRIPTION OF SERVICES

Following are the Description of services to be provided by the consultant under the lumpsum
contract, Category-A type of work:

It is proposed to carry out detailed design and engineering, analysis and quality assurance
documentation of I & C through Engineering Services Consultancy Contract. NRB, BARC will
formulate the basic design of Instrumentation & Control System of the plant. The Consultant
being engaged shall provide design engineering services as detailed in this document, in close
co-ordination with NRB, BARC.
The Consultant shall be responsible for the following in general:
(A) Detailed Design and engineering:

1. Preparation of Design report for process control & Instrumentation system. Design report
describes the complete requirements of the system. Generally it includes, but not limited to
methods, techniques and system implementation; operational & functional requirement;
performance, maintainability, safety, requirements; role of the system; various modes of
operation and functional requirements in each mode; its external interfaces; environmental
constraint, etc.

Guidelines/ format of design report will be specified by NRB, BARC to meet specific
requirement of regulatory authority.

2. Instrumentation requirement data sheets as per client‟s format.


2.1. Total nos. of I/Os: 35,000 approximately.
2.2. This includes process parameters, equipment data, field & control room instruments.

3. Preparation of Piping and Instrumentation (P & I) diagrams - equipment-wise, system wise


and block wise as per ISA standards. Total approximate nos. of equipment 3000 including
100 nos. of different design type / size.

4. Computerized Data Acquisition and Control System (CDACS) : (document and drawing
in AutoCAD 2013 & /or MS Visio-2010).
4.1. This includes process instrumentation I/Os and also I/Os of radiation monitoring
equipment, Utility and auxiliary systems I/Os, I/Os of few dedicated standalone
automated equipment distributed all over the plant in various blocks.
4.2. Detailed design, engineering and drawings of CDAC system architecture for process
instrumentation system including PLCs, RTUs, SCADA servers (& clients) and
operator stations, historians, engineering stations , redundant Ethernet network for
supervisory LAN, Control LAN, I/O LAN; Integrated and block wise, floor wise,
system wise architecture.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 80 of 122


Engineering Consultancy Contract for I & C of INRP 2014
4.3. Design, engineering, detailing of CDAC system architecture for Radiation Display
and Alarm System (RADAS), including field nuclear Distributed radiation Protection
Consoles (DRPC) and Central Radiation Protection Console (CRPC).
4.4. Design, selection, sizing and routing of detailed Network diagrams showing
interconnections between PLCs, servers, Ethernet switches, engineering consoles,
operating stations, recorders, printers, etc. for interblock and intrablock architecture
through both fiber and copper media.

5. Instrument loop diagrams and wiring diagrams

5.1. Instrument loop diagrams for entire Instrumentation and Control system: Block wise,
instrument wise. Approximately 25,000 loops.
5.2. Wiring diagrams for entire Instrumentation and Control system: Block wise, instrument
wise.

6. Pneumatic Hook up diagrams for transmitters, SVs, DCVs, I to P converters, pressure


switches, pneumatic sensors.

7. Design, engineering, preparation of General Arrangement (GA) and layout drawings


for following: block wise, system wise, integrated.

7.1. Control rooms such as Plant main control room (MCR), secondary control rooms
(SCRs) located in process blocks, PLC and SCADA rooms, marshaling room, RTU
rooms, transmitter rooms, RADAS room, analytical instrument rooms, SBT control
rooms, local control panel area in field in various blocks.
7.2. Control room panels, PLC CPU & I/O racks, network racks, server racks, operator
console, annunciation panels, and junction boxes, marshaling racks, temperature
transmitter panels, signal distribution panels, local control panels, back up panels,
SBT control stations, DRPCs and CRPC of RMS, Wall mounted panel cubicles.
7.3. Field instrument racks such as transmitter racks (block wise), air lift column racks /
Diaphragm control valve racks, PRV stations, SS headers, SV enclosures, nipples,
tube routing, tray layout and support structures.
7.4. Control Panels & Ethernet network pertaining to Main Control Room for following
systems: Physical protection system, fire alarm system, Access control, CCTV
monitoring system, communication system (PA system), Telephone and Emergency
announcement system.
7.5. Fabrication drawings of panels, racks and all the items mentioned in 7.2, 7.3, 7.4

8. Design, engineering, architecture, selection, sizing and routing of detailed Network


diagram for Office LAN.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 81 of 122


Engineering Consultancy Contract for I & C of INRP 2014
9. Design, engineering, preparation of technical specifications, selection, sizing, BOM, BOQ,
cost estimation of the entire I& C system and components from field sensor to control room:
block wise, system wise which includes following:

9.1. All field instruments and sensors such as pressure, flow, temperature,& level sensors,
gauges, switches, temperature transmitters, differential pressure transmitters, non-
contact ultrasonic level transmitters, rotameters, control valves, pressure reducing
valves, solenoid valves, orifices, etc. along with all necessary valves & fittings with
supports, impulse lines/manifolds, piping materials/tubes and tube fittings/ flanges,
dampeners etc.
9.2. All CDAC systems and network components of field to control room including dual
redundant, hot standby PLC with RTUs distributed at various floors and galleries in
the fields in various blocks, I/O modules, communication modules; Ethernet switches,
servers, clients, engineering consoles, operator stations, recorders, printers, GPS
master slave clock, SCADA software; etc. Block wise, floor wise, system wise.
9.3. Field mounted / local control panel instruments like analysers and gas sensors, signal
isolators and distributors, recorders, annunciators, controllers, digital indicators,
alarm trip units, panel switches, push buttons and indicators, hooters & Audio-visual
alarms wherever required.
9.4. Control panels, operator consoles, engineering stations, recorders, video walls and
displays, printers, network components, indicators, alarm annunciators, PLC CPU &
I/O racks, network racks, server racks, annunciation panels, and junction boxes,
marshaling racks, temperature transmitter panels, signal distribution panels, SBT
control stations, DRPCs and CRPC of RMS, Wall mounted panel cubicles etc.

10. Design, engineering, preparation of technical specifications, selection, sizing, BOM BOQ,
cost estimation of electrical power supply scheme and utility block wise and system wise:

10.1. Class IV, III, II and I, DC power supply schemes for main control room, secondary
control rooms, control room panels, local control panels, RTU rooms, server rooms,
PLC CPU & I/O racks, network racks, server racks, annunciation panels, marshaling
racks, temperature transmitter panels, signal distribution panels, SBT control stations,
DRPCs and CRPC of RMS, Wall mounted panel cubicles and other I & C
subsystems.
10.2. Instrument grounding scheme for I & C systems.
10.3. Air consumption requirement and scheme for instrumentation, preparation of
pneumatic circuit diagram.

11. Preparation of cable schedule, cable tray layout drawing, support structures, BOM, BOQ,
cost estimation for various types of cable such as

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 82 of 122


Engineering Consultancy Contract for I & C of INRP 2014
11.1. Power, control, instrumentation, signal, data communication and network cables
including copper and fiber optic cables, ethernet cable routing / layout drawings from
field to control room;
11.2. All the cables from the individual instruments to the respective junction box(es)/
rack(s)/panel(s).
11.3. From the junction box(es)/racks to the local control panels / secondary control
room(s)
11.4. All cables from process/ utility block(s) to main control room/ other block(s).
11.5. For direct run cables from the individual instruments to back up panels /to the control
room, if any.

12. Preparation of Tender Package and Cost estimation of the entire I & C package system
wise, block wise, and integrated. Supporting documents such as budgetary quotes/backup
papers / survey conducted shall be furnished).

(B) Analysis (Actual analysis / preparation of Procedure / reports) such as

13. Preparation of Procedure for Seismic analysis for control panels and racks, structures by
Software analysis & modeling and shake table test as applicable.
14. Seismic analysis for following: Software analysis & modeling on sample basis :
Control panels, transmitter racks, PLC racks, cable Trays and structures, tubing &
structures, solenoid valve rack(s), junction boxes, panel with industrial PC, signal
distribution cabinet, back up panels, network switches and server racks etc.
15. Preparation of System Safety Analysis Report of I & C system including process
instrumentation systems and computerized data acquisition and control systems (CDACs).
16. Design evaluation of CDAC system architecture, which may include analysis, test &
verification methods for its qualification.

(C) Design of Software Development / training / Maintenance facility:

17. CDACS development and test facility cum Operator training center
17.1. Design, engineering, GA and layout preparation of CDACS development and test
facility cum Operator training center including control room GA & layout, PLC,
SCADA software, Servers & operator stations, control panel & panel instruments,
simulators, displays etc.
17.2. Plant operator training center for Operation and Maintenance (O & M) staff at site.
17.3. Technical specification, selection, sizing, BOM, BOQ, cost estimation for the above
facility including simulation of field signals, panel instruments, operating station,
displays, hand-on facility.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 83 of 122


Engineering Consultancy Contract for I & C of INRP 2014

18. Design of maintenance lab

18.1. Design, engineering, GA and layout preparation of instrumentation/ electronics


/instrumentation / computer network maintenance laboratory.
18.2. Preparation of Technical specification, selection, sizing, BOM, BOQ, cost estimation
for the above facility including test instruments, calibration, simulation and testing
facility.

(D) Preparation of Quality Assurance documents: instrument wise &/ or system wise.

19. CDAC system and components:


19.1. Quality Assurance Plan.
19.2. System validation plan & report formats

20. Compliance with the standard: Preparation of test procedures for conducting relevant
tests on I & C system components such as EMI /EMC tests, type tests, endurance tests, life
cycle tests as per requirement and applicable standard.

21. Factory acceptance test procedures and report formats for all components of I & C
system:
21.1. Field instruments.
21.2. Panel instruments.
21.3. CDAC system components.
21.4. Control Panels, racks and enclosures.

22. Site acceptance test procedures and report formats for all components of I & C system.

23. Acceptance criteria documents for all components of I & C system as mentioned (Item
wise).

24. Preparation of standard installation procedure and installation drawings; standard


commissioning procedure; periodic testing and Calibration procedure for all
components of I & C system (Item wise)
25. Preparation of System requirement specification (SyRS) document for CDAC system:
block wise and integrated.
26. Preparation of Software requirement specification (SRS) document. Block wise and
integrated.
27. Consultant may participate / assist to NRB, BARC in getting regulatory clearances
whenever required.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 84 of 122


Engineering Consultancy Contract for I & C of INRP 2014

(E) Additional work on mutual agreement (man hour basis, Category-B type of work)

Deliverables for this type of work will be of similar nature as above, but not included in
lump-sum part (Category-A type of work) of the contract.

The work to be carried out where the exact quantity will be known as the design progresses.
In general, this is as follows:-

28. Preparation of instrumentation requirement data sheets for additional nos. of I/Os than
35,000.
29. Preparation of P & I diagrams for additional nos. of equipment than 3000.
30. Instrumentation loop diagrams, wiring diagrams, hook up diagrams, any other work related
to additional nos. of I/Os than 35,000.
31. Additional analysis to be carried out as recommended by safety committee to ascertain the
final conclusion of design report.
32. Design changes required to be carried out to (a) incorporate improvements/changes during
the period of contract (b) modifications required to be carried out due to site constraints (c)
modifications attributed to external agencies. (d) Work related to new facilities added
during the detailing of design process.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 85 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDIX – B

LIST OF DESIGN INPUTS TO BE PROVIDED TO CONSULTANT

NRB will provide following documents / reports in stages:


1. Plot plan of site.
2. GA of Blocks & floor layouts for each block.
3. Preliminary safety analysis report (PSAR) pertaining to I &C. (Relevant
extracts).
4. Design basis report (DBR) of I &C (Relevant extracts).
5. Proposed System architecture of computerized data acquisition and control
system (CDAC);
6. Relevant Engineering flow sheets.
7. Typical P & I diagram with interlock details.
8. Typical Instrumentation Data sheet.
9. Typical process interlocks details.
10. Typical wiring diagrams.
11. Typical loop diagram.

APPENDIX - C

LIST OF DELIVERABLES (BY CONSULTANT) AND DELIVERY SCHEDULE.

Duration: upto 24 calendar months.

Expected list of deliverables and schedule of engineering activities is as per 3E of Part B of


this document.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 86 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDIX - D
SPECIFICATION FOR DOCUMENTATION

All reports / documents/ analysis/ manuals shall be submitted in the following form.
1. General
(a) All the above drawings and documents shall be submitted in digital format also.
(one editable format and one pdf format.) All communications shall be made in
duplicate. All final approved drawings/documents as indicated in Appendix C, in
list of deliverables shall be sent as given below:

1. Design Report : 5 sets each (3 H + 2 S)


2. Documents for submission to
Regulatory Authority : 5 sets each (3 H + 2 S)
3. Analysis report/calculations : 5 sets each (3 H + 2 S)
4. Installation drawings : 6 sets each (4 H + 2 S)
5. QA documents : 6 sets each (4 H + 2 S)

H = Hard copy , S = Soft copy

(b) Format of all drawings/documents/design notes shall be as approved by BARC.


(c) The drawings in hard or soft copies shall be property of NRB, BARC and all CDs
and copies of the drawings shall be handed over to NRB, BARC.
(d) All drawings supplied by NRB, BARC as input shall be returned after completion
of the work.
(e) Appropriate software license for viewing / modification will be made available to
NRB

2. Terms of designation of Revision in Drawing:

Initial drawing shall be issued as P0 version. From P0 version to P2 version (two


revisions) drawings shall be reviewed by BARC. Consultant shall revise these drawings
and submit the revised drawing which complies to all our design requirements. This
initial approved drawing by NRB, BARC is referred as Rev.-0.All submissions before
this stage, that have not been checked and approved by NRB shall not qualify to be
referred to as Rev.-0.
3. Preparation of 2-D, 3 D drawings:
The consultant shall prepare 2-D and 3-D drawings showing plan and necessary number
of elevations/ sections to clearly reflect the design intent to constructor. The contractors
shall give soft/hard copies for review and clearance by engineer for any corrections for
incorporation in the drawings. After incorporation of corrections, contractor shall submit
the drawing for final approval which is called Rev.-0.
Further modifications shall be termed as “revision”.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 87 of 122


Engineering Consultancy Contract for I & C of INRP 2014

4. Bill of Material:
Bill of Material for I& C system / components shall include all the technical
specifications, sizing, ratings, accuracy, including accessories, quantity etc. The number
of issues of BOM is up to three (3) revisions similar to as specified under the drawings.

5. General Technical Condition:


The consultant shall seek all clarification before taking up the work. Only experienced
senior level personnel shall be employed for this job. Any break in continuity of the
progress of work due to non-availability of personnel for completion of work shall be
viewed seriously. The drawings in hard or soft copies shall be property of the
department and all CDs and copies of the drawings shall be handed over to the
Engineer. All drawings supplied by the department as input shall be returned after
completion of the work.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 88 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDIX - E
KEY PERSONNEL AND SUB-CONSULTANTS

The consultant shall employ only qualified, experienced and competent personnel for the
purpose of performing as per the schedule, the work and services entrusted to them.
List under:

C-1 Titles [and names, if already available], detailed job descriptions and
minimum qualifications, experience of Key Personnel to be assigned to task,
and staff-month for each.

As indicated in Part – B, Section 1 – 10 (Datasheet), clause 3.3

C-2 List of approved Sub-consultant [if already available]; same information


with respect to their Personnel as in C-1.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 89 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDIX - F

FACILITIES PROVIDED BY THE GOVERNMENT

1. Project Organization

1.1 The Government will establish a set up to interact with the Consultant, for all aspects of
the work, during the course of performance of the Services. The set-up will also
monitor the work and manpower deployment of the Consultant.

2. Guest House/Hostel Facilities

2.1 The Government will provide accommodation, to the extent feasible, in its guest house/
hostel to the Consultant‟s personnel, when they are on visit to the project sites. Such
lodging, however, will be on chargeable basis as prescribed by the Government for
such services.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 90 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDIX - G
MAN HOUR RATES FOR ADDITIONAL SERVICES

This format would be filled by the consultant and attached with the financial part of proposal as
per section 3-C.

Sr. Position Years of Man Hour Rate * Man Hour Rate * Remarks
No. experience for Year- 1 for Year-2
Professional &
Staff

1.

2.

3.

4.

5.

6.

* Rates inclusive of all taxes and levies

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 91 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDIX - H

MILESTONES FOR PAYMENT OF CONSULTANCY CHARGES AND


SCHEDULE OF WORK

This section gives the details of progress sequence and mile stone based delivery schedule. It is
to be noted that „zero‟ date of the work will start from the day contract agreement between
Consultant and NRB, BARC is reached that all the inputs have been defined for carrying out the
work or 45 days from the date of issue of work order whichever is earlier.

The schedule of completion of this consultancy work is 24 calendar months.

Expected sequence and schedule of engineering activities /various mile stones for different
system is as per 3E of Part B of this document.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 92 of 122


Engineering Consultancy Contract for I & C of INRP 2014
APPENDIX - J
COMMUNICATION BETWEEN THE CLIENT AND CONSULTANT

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 93 of 122


Engineering Consultancy Contract for I & C of INRP 2014
ANNEXURE – A
FORM OF BANK GUARANTEE / BOND

1. In consideration of the President of India (hereinafter called The Government") having offered to
accept the terms and conditions of the proposed agreement between________________________ and
_________________________ (hereinafter called "the said Consultant)") for the work
(hereinafter called "the said agreement") having agreed to production of a irrevocable Bank
Guarantee for Rs. _____________(Rupees __________________________ only) as a
security/guarantee from the consultant for compliance of his obligations in accordance with
the terms and conditions in the said agreement.
We, ____________________________(hereinafter referred to as "the Bank") hereby undertake
(indicate the name of the Bank)
to pay to the Government an amount not exceeding Rs._______________________
(Rupees______ _____________________________________
________ only) on demand by the Government.
2. We, _____ _________________________________do hereby undertake to pay the amounts
due and payable
(indicate the name of the Bank)
under this guarantee without any demure, merely on a demand from the Government stating that
the amount claimed as required to meet the recoveries due or likely to be due from the said
consultant. Any such demand made on the bank shall be conclusive as regards the amount due
and payable by the bank under this Guarantee. However, our liability under this guarantee shall
be restricted to an amount not exceeding Rs.____________________ (Rupees
_____________________________________________________ only)

3. We, the said bank further undertake to pay the Government any money so demanded
notwithstanding any dispute or disputes raised by the consultant in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment thereunder and the Consultant shall have no claim against us for making such payment.
4. We,___________________________________ further agree that the guarantee herein contained shall
(indicate the name of the Bank)
remain in full force and effect during the period that would be taken for the performance of the said
agreement and that it shall continue to be enforceable till all the dues of the Government under or
by virtue of the said agreement have been fully paid and its claims satisfied or discharged or
till Engineer-in-Charge on behalf of the Government certified that the terms and conditions of
the said agreement have been fully and property carried out by the said Consultant and
accordingly discharges this guarantee.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 94 of 122


Engineering Consultancy Contract for I & C of INRP 2014
5. We, ____________________ _______further agree with the Government that the Government
(indicate the name of the Bank)
shall have the fullest liberty without our consent and without affecting in any manner our
obligation hereunder to vary any of the terms and conditions of the said agreement or to
extend time of performance by the said Consultant from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Government against the said
Consultant and to forbear or enforce any of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Consultant or for any forbearance, act of omission on the part of
the Government or any indulgence by the Government to the said Consultant or by any such
matter or thing whatsoever which under the law relating to sureties would, but for this provision,
have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Consultant.

7. We, ____________________________lastly undertake not to revoke this guarantee


(indicate the name of the Bank)
except with the previous consent of the Government in writing.

8. This guarantee shall be valid upto _______________unless extended on demand by the


Government. Notwithstanding anything mentioned above, our liability against this guarantee
is restricted to Rs. ________ (Rupees __________ ________only) and unless a claim in
writing is lodged with us within six months of the date of expiry or the extended date of expiry
of this guarantee all our liabilities under this guarantee shall stand discharged.
Dated the ___ day of ______ for _______________ (indicate the name of the Bank)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 95 of 122


Engineering Consultancy Contract for I & C of INRP 2014
ANNEXURE – B
MODEL BANK GUARANTEE FORMAT FOR FURNISHING EMD
WHERE AS _______________________[Name of Bidder](hereinafter called “the Tenderer”)
has submitted his bid dated ____________________________[date] for undertaking the work of
_____________________________________________[name of Contract]( hereinafter called
“the Tender”) against the purchaser‟s tender enquiry No…..

KNOW ALL PEOPLE by these presents that We ____________________________ [name of


bank] of ____________ (name of country) having our registered office at
___________________ ( hereinafter called “the Bank”) are bound unto President Of India,
acting through Chief Executive, Nuclear Recycle Board, Bhabha Atomic Research Centre,
Trombay, Mumbai- 400085 ( hereinafter called “NRB, BARC”) in the sum of
___________________________ (*) for which payment well and truly be made to the said NRB,
BARC the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this __________day of ________201

THE CONDITIONS of this obligation are:

(1) If after Tenderer opening the Bidder withdraws his Tender during the period of
tender validity specified in the Form of Bid or makes any modification in the terms
and conditions of the tender which are not acceptable to NRB, BARC;
Or
(2) If the Tenderer having been notified of the acceptance of his Tender by
NRB, BARC during the period of tender validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Tenderer, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the
Instructions to tenderers within prescribed period; or

(c) fails to commence the work specified in the tender document in prescribed
time; or

(d) does not accept the correction of arithmetic errors in the tender Price as
corrected by NRB, BARC in accordance with the method specified below:

i) where there is a discrepancy between the rates in figures and in words,


the rates in words will govern; and

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 96 of 122


Engineering Consultancy Contract for I & C of INRP 2014
ii) where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as
quoted will govern;

We undertake to pay NRB, BARC up to the above amount upon receipt of his first written
demand, without BARC having to substantiate his demand, provided that in his demand NRB,
BARC will note that the amount claimed by him is due to him owing to the occurrence of one or
any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including 45 days after the period of tender
validity. This date may be extended by NRB, BARC, notice of which extension(s) to the Bank is
hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the
above date.

DATE ___________________SIGNATURE OF THE BANK _____________________

WITNESS _________________________ SEAL _______________________________

________________________________________________________________________
[Signature, name and address]
________________________________________________________________________

* The Bidder should insert the amount of Guarantee in words and figures denominated in
Indian Rupees. This figure should be the same as specified in the tender document.

------------------------------------------------------------------------------------------------------------

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 97 of 122


Engineering Consultancy Contract for I & C of INRP 2014

PART – C

TECHNICAL SPECIFICATIONS AND


DESIGN GUIDELINES

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 98 of 122


Engineering Consultancy Contract for I & C of INRP 2014
PART C: TECHNICAL SPECIFICATIONS AND DESIGN GUIDELINES

1. GENERAL

1.1 PROJECT
The Project is titled INRP and is meant for setting up a chemical plant at Tarapur.

1.2 LOCATION
INRP will be located within the existing premises of NRB, BARC Facilities at Tarapur
Complex, Boisar near Mumbai, Maharashtra.

1.3 ACCESS
The site is accessible by road from Mumbai via Boisar town. The road between Mumbai
and Boisar is a National Highway (NH8). The nearest railway station is Boisar on the
Mumbai- Ahmedabad Western Railway line.

1.4 SITE GEOLOGY


The site falls in Zone-III as per IS: 1893 –1984 and corresponds to an earthquake
intensity of VII as per Modified Mercalli Intensity Scale. The zero period peak
horizontal ground acceleration is of the order of 0.2 g for safe shut down earthquake
condition and 0.1g for operating basis earthquake condition. This information is intended
to bring out the fact that the site shall be considered to lie in an active seismic Zone.

SEISMOLOGY:
The seismic design parameters for the Tarapur site shall be assumed as follows:
ZPA for SSE = 0.2g
ZPA for OBE = 0.1g

1.5 BRIEF SCOPE OF WORK UNDER CONSULTANCY CONTRACT


Work proposed in this tender is engineering design of Instrumentation & Control (I & C)
System for this plant. The Consultant being engaged shall provide design engineering
services for I & C system, as detailed out in description of services and in subsequent
chapters hereunder.

The contract work is to be completed in 24 months.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 99 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2. DESCRIPTION OF PLANT

The plant consists of various process blocks, storage facilities for wastes and finished
products, buildings for ventilation systems & utility systems, connecting corridors,
pipe/cable trenches, pipe racks, stacks, etc as described hereunder:

DESCRIPTION OF THE BLOCKS: Civil and Structural Details


(Refer Facility layout Fig. No. 1)

2.1 Block no. 102 A and 102 B:

These two blocks No. 102A and 102B are process blocks, similar in size and internal
layout/facility wise, located about 200 meters apart from each other. Each block consists
of 3 sub blocks as under:
Sub Block-1 :
Size of the sub block : (64.5m) X (55 m) X (34m) height above FFL (10.6 m)
This block has a Basement/Underground vault. Block has totally six floors
Sub Block -2:
Size of this sub block is: (95.5m) X (32m) X (35.4m) with Basement/Underground
structure.
Total nos. of floors in the block is 5.
The major portion of this block has five no. of process cells of thick RCC walls.
These cells will house Process Tanks at various elevations supported on steel structural
staging.
Sub Block -3:
The approximate size of this sub block is 40Mx17.6Mx11.15M. The filter room houses
RCC plenums, RCC filter banks. The filter room also houses, transit filter storage area
and Air lock. It is a two floor structure.

2.2 BLOCK NO. 103

It houses chemical preparation and secondary PCW systems. This block is a single
storied building above ground structure with brick walls. Overall size of the building is
60.0 m (L) x 30.0 m (W) x 7.0 m (H).

2.3 BLOCK NO. 105

Overall size of this process building is 112.5 m x 48.8m x 27m Ht. above ground. Also,
underground structure size is 69.5m x 48.8m x 8.65 m depth.
The over ground structure consists of 21 process cells. The cells are provided with 3 mm
thick SS lining up to 1.5 meter height. The waste tank vault structure is fully

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 100 of 122


Engineering Consultancy Contract for I & C of INRP 2014
underground. There are total 19 Nos. of UG vaults. The underground shielded trenches
are provided for liquid transfer.

2.4 BLOCK NO. 106

This block is having an approximate dimension of 111 m x 38 m and has a height of 15.2
m at top slab/roof level and is located in between the blocks NO. 102 A and 102B. This
block is having three floors (floor 1, 2 and 3). Floor-1 is extended by 14.5 m to
accommodate AHU, Filter bank & storage room, NPS Blower & filter room, electrical
rooms and Hold UP Tank (HUT) area.
Floor 1 will house different functional area. The extreme ends of the block covering an
area of 16.4m X 6.245m width on either side will have heavy equipment on the floor.
Floor 2 will house the two enclosure areas, two processing areas and various annexes
associated with this block.
Floor 3 is limited only to the end sections of the block and has a dimension of 16m x
38m x 3m ht. This floor will house solution makeup area, instrumentation rooms, air
receiver room, tool room etc.
The extended section of the floor 1 will have approx. height of 7 meters and width of
14.5 m. The major areas are filter room, blower room, ramp for material movement,
holdup tank area, electrical rooms and air handling area.

2.5 BLOCK NO. 107A,107B, 107C, 108A,108B,108C, 108D


These are air supply & exhaust blocks for entire plant.

i. Block No: 107A, 107B, 107C


The overall sizes of the blocks are approximately 70 M X 35 X 10 M, 50 M X 35M X
10M & 28M X 19.5 M X 10 M respectively. Each block houses centrifugal fans, RCC
filter banks & RCC plenums (air chambers) and associated controls & instrumentation.
These blocks also house fresh & spent filter storage areas, power distribution & local
control panel room and local maintenance /store room etc.

ii. Block No: 108A , 108B


The approximate sizes of the blocks are 72.75M X 20.5M X 10M, 50M X 20.5M X 10M
respectively. Each block houses centrifugal fans, RCC plenums (air chambers) and
associated controls & instrumentation. These blocks also houses, power distribution and
local control panel room and maintenance/store room & Air lock.

iii. Block No: 108C


The overall size of this block is approximately 48M X 28M X 10M. The block houses
centrifugal fans, RCC filter banks & RCC plenums (air chambers) and associated

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 101 of 122


Engineering Consultancy Contract for I & C of INRP 2014
controls & instrumentation. The blocks also house fresh & spent filter storage areas,
power distribution & local control panel room and maintenance /store room and Air
locks.

2.6 BLOCK NO. 110


This block comprises of five over ground RCC cells from I01 to I05.
The overall size of the block is 50m x 35m x 25m (H).

2.7 BLOCK NO.111

This block admeasures 97 m x 24 m x 26 m (H) with an extension structure of 15 m x 12


m x 13.5 (H) on west side. This is completely RCC structure with few partition walls of
brick work. The raft has to be provided at approximately 7.4m below FFL

2.8 BLOCK NO. 113

In this block shielded cells are completely of RCC structure and auxiliary structures are
of brick work. The block comprises of high bay for cask receipt, various process cells and
storage cells. The block is divided into three main parts, viz. part A, part B and part C.
Part A of the building comprises of various process cells with operating corridors, cell
top area, high bay area, and various common amenities like supply fan & filter room,
exhaust filter room, PCW room local change room, personnel monitoring room, control
room, electric room, cabins, decontamination area, lifts, staircases, etc. This part of the
building admeasures 92.4 m X 26.5m X 26m (H).
Part B of the building is a storage facility. There are 12 nos. of shielded vaults. Each vault
has inside dimension of 16 m x 13 m x 10.9 m (Ht.) and total dimension of this part of the
building is 120.5 m x 43.3 m x 18.9 m (Ht.).
Part C of the building is a storage facility for unprocessed waste product, and other types
of wastes. They include four nos. of storage cells. The cell no. H13 is for storage of
unprocessed waste products and has dimension 15 m x 10 m x 9 m (Ht.).

2.9 BLOCK NO.114

The block admeasures approx. 63m X 32m X 12m (H) above ground. Out of this, around
35m X 10m on one side and 28m X 32m area on the other side is dyke area with side
walls of 2m height and with a shed to cover the area which contains large liquid hold-up
tanks of diameter 7m the maximum filled weight of each tank being around 230 Te.
The block comprises of various areas in two floor levels (including ground floor).

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 102 of 122


Engineering Consultancy Contract for I & C of INRP 2014
2.10 BLOCK NO. 115

This block is mainly underground structure having 8 storage compartments of which 6


are 600 m3 capacity and 2 are 200 m3 each, the sizes of the tank are given below. The
overall size of structure is 44.4 m (L) x 30.5m (B) x 4.9 m (height) of which 4.3m is
underground and 0.6m is over-ground. The structure will also have over-ground
construction of 18.25 m x 11.2 m x 5.65m height above the top of tank to accommodate
pump house one SS tank, 2T EOT crane, hand washing facility etc.

2.11 BLOCK NO. 117


The material store block measuring an area of 60 m by 40 m is a single storied building.

2.12 BLOCK NO. 122

Facility description:-
(i) Size of the building : L x B x H = 111 mtr x 55 mtr x 22 mtr.
Single storied bldg of two different floor heights ((72 X 18 X 6) + (39 X 18 X 15)+ (111
x 37 x 22))
(ii) Basement/underground structure: Underground structure for 2 nos. of tanks.
(iii) Number of floor/mezzanine: Single storied bldg with mezzanine floor for VOG
system [about 30m (L) x 18m (W)] above effluent tank area & UNPS Tank area & for a
Plant (about 39m (L) x 18m (W)).

2.13 STACKS 125A,125B 125C AND 125 D

The height of each of these stacks is approximately 100 meters. The stack exit inner
diameter for these stack are 4000 mm, 3200 mm & 3000 mm respectively. Each stack
will be provided with aviation lights and lightening arrestors. Ladder with platform at
appropriate locations will also be provided for changing of aviation light and other
maintenance works on the stack.

2.14 Personnel Corridor (142) & Service Rack (143)

Personnel Corridor: Personnel access, i.e., entry to & exit from the major blocks like
102A, 102B, 105, 106, 108A, 108B, 108C, 109, 110, 111, 113 shall be through closed
walkway, namely the Personnel Corridor. This corridor will originate from low block at
ground level and will run across the facility connecting the major blocks where entry will
be restricted to authorized personnel only.

Service Rack: Routing of services like compressed air, steam, chilled water, raw water,
electrical cables etc. from the utility block to various process blocks and services like
PCW, inactive process solutions, ventilation ducts etc. from one block to other shall be
through structural pipe racks, namely Service Rack. This service rack will originate from

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 103 of 122


Engineering Consultancy Contract for I & C of INRP 2014
utility block and will run across the facility preferably above the personnel corridor
wherever possible. The service rack will have number of tiers on which the pipe
lines/ducts shall be routed.
(Not shown in site layout.)

2.15 Block (119)

This block will cater to the emergency (class-III) power requirement of the entire facility.
It will also meet normal (class-IV) power requirement of the block nos.109, 110,
111,113,114,117,119 and 107C. This building will house DG sets, switchgears,
Uninterrupted Power Supply (UPS) sets, battery & battery chargers, Automatic Power
Factor Correction (APFC) panel and Supervisory Control & Data Acquisition (SCADA)
room for operation of electrical systems. Battery and battery chargers are part of 110V
DC system provided for switchgear controls and exit lighting. UPS sets are part of class-
II system which will cater to SCADA system provided for monitoring class-IV and class-
III power supply systems. Emergency compressed air system is also located in this block
to meet the compressed air demand of facility during normal (class-IV) power failure
condition.

2.16 Block (101 A & 101 B)

Block 101B will be a single entry point to go to different process blocks of the plant
through a connecting corridor. Change rooms, Health Physics (HP) room and visitor‟s
room will be located in this block. Low block 101A Main Control Room, conference
room, daily plant meeting room, shift engineers room, library & record room etc. also
will be located in the block. Low block will be a controlled access area.

2.17 Block 135


This block will house offices of plant authorities, administrative staff, time office etc.

2.18 Block 120


This building will house offices of training staff, training hall, visitor‟s room, conference
room, drawing office, library etc.

2.19 Block 116


The block houses storage facility for nos. of chemicals in bulk. Those are required for
the entire facility.

2.20 Assembly Area (AA1,2,3 & 4)


Four nos. of assembly areas are suitably located in the plot plan for evacuation of plant
personnel during off site emergency conditions.

2.21 Block no. 137: Parking Area


Vehicles for material and personnel movements will be parked in two areas.
(Not shown in site layout.)

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 104 of 122


Engineering Consultancy Contract for I & C of INRP 2014
The following common buildings/ structures will be located outside the restricted area.

2.22 Block 132

This block will cater to the normal (class-IV) power requirements of integrated facility
and ASFSF. It will receive power at 33 KV level and will distribute class-IV power at
6.6 KV and 415 V levels to different blocks of the facility. The building will house all
static equipment viz. 33 KV incoming panels, dry type power transformers, electrical
SCADA, UPS, Automatic Constant Voltage Rectifier (ACVR), workshop etc.

2.23 Block 127

The block will house following facilities of Utility:


(a) Stores: General plant related goods will be stored here.
(b) Workshop: The workshop will cater to minor fabrication jobs of the plant. It will
house machines/components related to machine and fabrication shops to meet the minor
requirements of integrated plant.
(c) Electronics & Instrumentation (E & I) Lab: E&I related calibration and testing
work will be carried out in this lab.
(d) Component Test Facility (CTF): CTF will house setups for performance testing and
evaluation of components, items & assemblies prior to their deployment in active
environment.

2.24 Block 128

The block will house following facilities of Utility:


(a) Steam Generation Plant (SGP): Steam required for the integrated facility will be
met from the centralized steam generation plant. It will receive high pressure steam from
source from other plant, utilize its enthalpy to generate steam of required pressure and
quality and distribute the steam to various blocks. This plant will house steam generators
and 5 Tonne boiler with MS chimney (134), water softening unit, pumps and associated
components.
(b) Chilled Water Plant: This plant will cater to the chilled water supply requirement of
different blocks. Chilling machines, cooling water pumps and other accessories
pertaining to chilled water system will be located in this plant.
(c) Compressor Plant Room: The compressed air requirement for process,
instrumentation, breathing and other services of entire facility will be met from the
centralized compressor plant. It will house compressors, air receivers, driers, cooling
water pumps and associated components.
(d) DM Water Plant: De-mineralised Water (DMW) required for the process will be
produced and supplied to different blocks from this plant. Complete DMW generation
and storage unit will be housed in this area.
(e) Inactive laundry: Inactive laundry will cater to the inactive cloth-washing
requirement of the plant personnel. The laundry will be housing Industrial type washing
machines and its effluent handling system. Provision for detergent waste treatment area

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 105 of 122


Engineering Consultancy Contract for I & C of INRP 2014
DTA (133) has also been kept in the block.

2.25 Other Facilities in General Area

(a) Block 129: Furnace Oil & Diesel Oil Storage Facility: Furnace oil and Diesel oil
storage tanks will be located in this area. The associated pump house will also be located
in the adjoining area.
(b) Block 130: Underground Water Storage Facility: Raw water required for the
integrated facility will be received from designated sources and stored in the U/G water
storage tank. A pump house and overhead tank (145), adjacent to the U/G tank, will also
be part of this facility.
(c) Block 150: Fire Water Storage Facility: Centralized fire water storage tanks and
pump house will be located in this area. (Not shown in site layout.)
(d) Block 131: Cooling Tower: A common cooling tower with RCC basin is planned in
the general utility area for chilling machines and air compressors.

2.26 Block 136: Canteen


Canteen will cater to the food & beverage requirements of the workforce employed for
the facility.

2.27 Block 121 (121 A/B/C): Guard House and security posts
Guard house will be manned by watch & ward staff. Restricted entry to the premise will
be enforced by the security posted at the gate.

2.28 Parking Area


Departmental vehicles will be parked here. Space for parking the private vehicles will
be provided outside the complex.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 106 of 122


Engineering Consultancy Contract for I & C of INRP 2014
3. INSTRUMENTATION & CONTROL SYSTEM

3.1 INTRODUCTION

The design of Instrumentation and Control (I&C) systems will be for monitoring,
controlling and remote operation of the facility from main control room. Process
parameters like level, interphase level, density, pressure and temperature are to be
measured, displayed and recorded. Operations like solution transfers through different
modes, valves actuations etc. will be operator initiated remotely from the centralized
control room. Audio-visual alarm annunciations will be provided to alert the operator, in
case of any abnormal process condition. Automatic safety cut-offs and interlocks will be
provided for safe process conditions.

3.2 BROAD CLASSIFICATION OF I & C SYSTEMS

Classification Based on Functional Requirement:


The following classification is applicable to every individual block.

(a) Process Control and Instrumentation System (PCIS).


(b) Radiation Monitoring System (RMS).
(c) Surveillance& Physical Protection System (PPS)
(d) Fire Alarm System.(FAS)
(e) Utilities Instrumentation System.

3.3 PRINCIPAL DESIGN CRITERIA

I&C system is designed to meet the following design criteria:

(i) Design of the system will be suitable for site conditions like maximum temperature,
Humidity, Seismic zone classification etc.
(ii) The design will be carried out as per relevant codes and standards.
(iii) The measurement technique selected will be capable of determining the process
parameters with a precision and accuracy commensurate with their importance to the
process performance.
(iv) Industrially proven architecture will be adapted. Components of the system will be
industrially proven and as per the national/international standards which will ensure
the reliability of the system.
(v) System operations will be stopped in safe conditions.
(vi) Being a radio chemical plant requirement of maintenance will be as less as possible
and maintenance if required shall be with minimum man-rem exposure.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 107 of 122


Engineering Consultancy Contract for I & C of INRP 2014

(vii) Monitoring and control will be from a Main Control Room. All process parameters,
parameters of utilities system and radiation levels in various areas will be available in
the main control room. Information with respect to radiation levels and alarms will be
provided with the health physicist as well as in various parts of the plant. The process
viewing stations will also be provided in different key areas and the service
distribution area.
(viii) To provide surveillance in the plant to have a continuous watch on various areas of
the plant and critical equipment as most of the areas of the plant will be unmanned.
(ix) To detect and annunciate smoke and fire in the various areas of the plant to take
necessary action.
(x) To provide access control to the entrance of the plant, entrance to the various blocks
and any other area that requires restricted entry and also to provide logging all entries
to this area.

3.4 SAFETY FEATURES

3.4.1 Availability

The following will be incorporated to improve the safety and availability of the system

(a) UPS for powering the entire instrumentation system. UPS will be backed up from
Class-III power supply. It will provide up to 60 min. backup in case of
unavailability of normal power supply so as to bring plant to a safe state. UPS will
be seismically qualified.
(b) Emergency Air Compressor with Class-III supply for continued measurements.
(c) Dedicated air reservoir with back-up for 30 minutes even after failure of DG. This
will be adequate to bring the plant to safe shut down state and continued monitoring
of the plant status.
(d) Monitoring of selected parameters on seismically qualified recorders.
(e) Use of Flame Retardant Low Smoke (FRLS) cables for signal and communication
(f) Replaceable thermocouples for in-cell process equipment.

3.4.2 Redundancy

For enhancing the availability of the system, redundancy will be provided for the
following:

(a) Hot Standby Servers with highly reliable and Redundant Array of Independent
Disks (RAID).
(b) PLCs with dual processor & hot standby power supply and communication ports
with redundant Control and Supervisory network.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 108 of 122


Engineering Consultancy Contract for I & C of INRP 2014

(c) Redundant I/Os cards for important Analog and Digital Inputs and outputs
(d) Redundant UPS for Instrumentation and Control System
(e) Use of Hardwired Alarm Trip Units for important process or safety alarms and
TRIPs, in addition to SCADA based Alarms
(f) Supplementary Control Room for Safe shutdown of the plant.

3.4.3 Physical Separation

Physical separation will be provided to the redundant components/systems to achieve


availability in the following manner

(a) System will be distributed type to provide more availability


(b) There will be physical separation in every redundant component of the system like
Main PLC and Server will be located in the respective block and the
Redundant/Standby PLC, Server will be located in the main control room.
(c) The redundant data and communication cables will be routed through separate
paths/routes.
(d) Operation will be normally carried out from main control room (MCR). During
emergency as well as in case of non-availability of MCR, operations will be carried
out from Secondary control rooms of respective block..
(e) Transmitter areas will be physically isolated from other area and its access will be
under administrative control to avoid unauthorized entries.

3.4.4 Postulated Conditions

Following are the abnormal conditions and their effects on the normal operations:

(a) Power Supply Failure/Black out condition - Under the blackout conditions, the
redundant, seismically qualified class-II UPS system will independently feed to I&C
System, radiation monitoring System, FAS system, PPS system, Communication
facilities etc. The single phase UPS power supply system rated for 60 minutes will be
available for meeting these critical power requirements during black out condition. A
set of redundant UPS will be available for each block. Within this time period plant
can be brought down to safe shut down condition.
(b) Instrument Air Supply Failure - Instrument air compressors will be fed through Class-
III power supply. Dedicated air reservoir will be provided for each block with back-
up for 30 minutes even after failure of DG. This will be adequate to bring the plant to
safe shut down state and continued monitoring of the plant status.
(c) PLC failure - PLCs for all the blocks will be with Hot standby CPUs & hot standby
power supply and communication ports. Hot standby CPUs will be physically
separated. One CPU will be in the respective block and the redundant CPU will be in
the Main Control Room. Redundant CPU will take over in case of failure of active

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 109 of 122


Engineering Consultancy Contract for I & C of INRP 2014

CPU. The PLC outputs will be programmed to fail in safe mode. All the digital
outputs will be configured in the fail safe mode. Some of the important digital outputs
will be provided with manual back up.
(d) SCADA Server Failure - All the blocks will be provided with Redundant SCADA
Servers which are physically separated. One Server will be in the respective block
and the redundant Server will be in the Main Control Room. Redundant Server will
take over in case of failure of active Server. The operator stations will be connected
and configured in such a way that even in case of failure of any server/corresponding
set of operating station, the data can be received from the other servers in the data
network. Since all the safety interlocks will be taken care by PLCs, failure of any
server will not result in unsafe situation.
(e) Communication Link Failure - All the networks and communication links will be
redundant and will be physically separated. In each RTUs and CPUs, there will be
redundant communication modules and power supplies. The data networks and
communication network will be redundant. Hence failure of one link will not cause
loss of data. If both the link fails, then plant can be operated/shut down from the
supplementary control room / Local control panels of each block. For monitoring of
important parameters there will be hardwired backup panels in the MCR.
(f) Safety features described above address these abnormal conditions. Moreover,
methods and techniques used for the measurement and controls, selection of field
instruments, Installation practices followed, Piping and tubing design, power supply
distribution for I&C system, Interlocks provided in the safety loops and operational
philosophy takes care of the safe shut down of the various systems.

3.5 SYSTEM DESCRIPTION

The process instrumentation and control system is mainly divided in to;

(a) Field Sensors/Instruments with its associate tubing.


(b) Centralized Data Acquisition & Control System.

3.5.1 Field Instrumentation

The main process parameters that will be measured, displayed & logged in process
equipment are level, temperature and density of liquids, pressure in equipment, interface,
amplitude, frequency and duty cycle for columns and flow in different pipelines, melter
power, level in melter and temperatures of different zones in melter.

Field mounted SMART type transmitters will be used for measurement of process
parameters such as level, density, pressure, differential pressure, level interface etc. The
transmitter output signal, which will be 4-20 mA DC, will be fed to the RTU of the PLC.
For flow measurement, rotameters will be used for local flow indication, orifice meters
with flow transmitters will be used where remote indication is required. Ultrasonic level
transmitters will be used for the level measurement of the makeup and chemical

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 110 of 122


Engineering Consultancy Contract for I & C of INRP 2014

preparation area tanks. Local indication of different service headers are provided with
line mounted pressure gauges.

Some important parameters like level, interface level, density etc., of key equipment and
melter power will be provided with closed loop automatic control. For these Proportional
Integral Derivation (PID) loops of the PLC will be used. The analog outputs will be
connected to the field mounted final control elements.

For binary controls like operation of steam jets, air lifts, remote valves, pumps etc.,
digital outputs from the RTUs will be connected to final control elements.

Safety cut-off / interlocks will be provided for important operations like 2A cycle
operations, operations on a few equipment like evaporators, dissolvers, conditioners,
furnaces, melters etc. to keep the process parameters within safe operating limits. All the
interlocks will be implemented in the PLC.

The measurements will be provided with Hi/Lo alarms as required. Alarm annunciation
will be provided in main control room for all important process parameters. These alarms
will be dynamically displayed on the OS (Operating Station) also. Alarms will be
prioritized. Alarm history will also be logged with time and date stamp in the SCADA.
PLC based alarm system will be backed by panel mounted annunciator units for
important parameters. These will be mounted on seismically qualified Back-up Panels,
located in the main control room. Signals for these alarms will be generated separately
using Alarm Trip Units (ATU). Recording of important process parameters will also be
provided on the back-up panel using multi-channel recorders.

Local operations like chopping, glass pouring, transfer of canisters, material movement
etc will be carried out locally with the help of dedicated instrumentation provided, but
with the authorization from control room. The status display of operations and key
parameters monitored will be provided in the main control room.

3.5.2 Centralized Data Acquisition & Control System

System Architecture

Each block will be provided with separate PLCs with adequate redundancy. All signals
from the field mounted instruments will be connected to input modules of the RTU of the
PLC. The RTU racks will be located in green areas of respective blocks, at convenient
and easily accessible locations. The access to these racks will be under administrative
control. There will be separate RTUs in transmitter rack areas, service distribution areas,
access galleries etc. in each block. PLCs will communicate with field RTUs on hot
redundant data network. A clean area with appropriate isolation and adequate ventilation
will be provided in the field for locating these RTUs. (Refer Fig. No. 2)

Redundant servers will acquire plant data from PLCs on dual control LAN (Local Area
Network). The secondary server will update the plant database regularly and will take

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 111 of 122


Engineering Consultancy Contract for I & C of INRP 2014

over in case of primary server failure. The servers will be connected to dual supervisory
LAN.

There will be computer based operator consoles running on commercially available


SCADA software providing the necessary plant interface for the operator. These consoles
will be assigned for cycle wise operation. There will be a separate console for radiation
monitoring parameters also. However, on failure of any console, data can be accessed
from any of the other healthy consoles.

3.6 CONTROL ROOMS

3.6.1 Main Control Room (MCR)

Complete plant data required for plant operation and control is available in MCR. The
server room, adjacent to MCR will house main SCADA servers (Hot Standby). Each of
the blocks will be provided with a dedicated set of consoles for parameter monitoring and
plant operation. Back-up panels provided will have hard wired recorders and
annunciators displaying important parameters from the respective block, with facility to
stop all operations. There will be sufficient numbers of PC based operator consoles for
each of the block.
Multi-level passwords are provided for all plant operations to restrict access to systems.
All operations will be logged with the identification of the person making the operation.
For emergency stopping, no password is necessary.
Important parameters associated with auxiliary areas and radiation monitoring parameters
will also be provided on consoles of respective blocks. All operations associated with
these areas will be carried out from the Main Control Room. Operation of fans and
pumps from local areas will be possible only after „Local‟ mode is selected from MCR.
In addition, separate CRPC are provided in the MCR. CRPC provides the radiation
monitoring data for the entire plant. A dynamic mimic, depicting the plant flow sheet is
also provided in the MCR. This will give an over view of the status of the plant.
The control room will also house Fire Alarm Panels, CCTV monitors, view nodes and
engineering stations of SCADA, printers and plotters.
Operation status and trip alarm of important utility systems like Boilers, Compressors,
Chiller units etc. will also be provided in the MCR, along with the parameters associated
with services systems.

3.6.2 Secondary Control Rooms (SCR)

Main process blocks of the plant will be provided with secondary control room. SCR
will have operator stations having capabilities for monitoring and control of the process
of the entire block. During normal plant operation, all the operations will be carried out
from the centralized control room. Operations from SCR will be carried out when
centralized control room is not available, thus leading to emergency situation. The
operation from the SCR will be password protected and under administrative control.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 112 of 122


Engineering Consultancy Contract for I & C of INRP 2014

In addition to the MCR & SCR mentioned above, all utilities and control systems will be
provided facility to operate different drives locally from local control panels (LCP).
Operation of fans/pumps/motors from local areas will be possible only after the same is
put in local mode from the MCR.

Indication of operation status of fans/pumps, plenum pressures, differential pressures


across fans, filters etc will be provided in the local areas.

3.6.3 Local Control Areas / Panels:

Auxiliary areas like chemical preparation and storage areas, laboratory area etc. will be
provided with dedicated control panels located in the respective areas. All operations
associated with these areas will be carried out from these LCPs. The panels will house the
recorders, indicators, alarm annunciators etc. required for monitoring the process
parameters.

3.7 CONTROL POWER SUPPLY

Control power supply voltage levels selected are 230 V AC and 24 V DC. 230 V AC will
be supplied to the control system components like DACS, PLC, Servers, PCs, RTU/IO
racks, nuclear and health physics instruments, communication system, Public Addressing
System, CCTV & Fire Alarm system. 24V DC will be supplied to field instruments viz.
transmitters, solenoid valves, relays and interlock systems. Two nos. of 230V, single
phase, UPS systems of adequate capacity will be provided for class-II loads in each
block. Both UPS systems will be seismically qualified and will be powered from different
emergency power supply feeders. Redundant UPS will be located at different locations in
a block and their cable routings will also be physically separated. UPS will be On-line
type, Three Phase Input, Single Phase Output, IGBT based Systems.

3.8 RADIATION MONITORING SYSTEM (RMS)

3.8.1 Purpose:

The radiation monitoring system (RMS) of the facility will include nos. of instruments
and sub-systems. The purpose of radiation monitoring instruments provided in the plant
is to provide information on the radiation levels in different areas of the plant, provide
alarms when these levels are exceeded beyond levels stipulated by regulatory authorities.
Industrially proven instruments will be employed for this purpose, with sufficient
redundancy to ensure availability of required data.

Radiation monitoring instruments will be installed in various locations of the plants.


Signals from all the monitoring instruments are brought to a main control room for
display, record and annunciation through CDAC.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 113 of 122


Engineering Consultancy Contract for I & C of INRP 2014

3.8.2 Design of field nuclear instruments

Design of field nuclear instruments is NOT in the scope of consultancy.

However the design, engineering, detailing of CDAC system architecture for Radiation
Display and Alarm System (RADAS), including field nuclear instruments, Distributed
Radiation Protection Consoles (DRPC) and Central Radiation Protection Console
(CRPC) is in scope of consultancy.

3.8.3 Distributed Radiation Protection Console (DRPC)

DRPCs will be provided at various entry points to different plant areas. A number of
DRPCs shall be installed at the entry point of different areas of the plant. These will
show the status of instruments within the specified area and alert the operator about any
of the instruments in alarm state before entering the area. The DRPC will be linked to
CRPC and to provide alternate data link to CRPC.

Active areas of the blocks/ building such as Access Galleries, Sampling Laboratories, lab
etc, shall be equipped with a dedicated wall-mounted type DRPC to warn the O&M
personnel, prior to their entry in the respective areas. DRPC shall continuously display
radiation data and status of each instrument on the screen by simulating front facia of
each monitor. The system shall also displays the warning messages and instructions to
the personnel entering the active areas.

The display screen shall show a Graphical user interface designed to show the instrument
facias in which the instrument reading and alarm status are shown. When any of the
instruments is in alarm condition, related warning message is also displayed on the
screen.

3.8.4 Central Radiation Protection Console (CRPC)

Signals from all the monitoring instruments will be brought to these consoles for display,
recording and annunciation. Separate terminals for each block will be available
exclusively for the CRPC, which will display the area layout with zoning and will show
the location of all instruments along with the alarm status.

CRPC in the Control Room shall consist of SCADA Operator stations, video graphic
recorders, microprocessor based audio- visual alarm annunciators.

The PC based SCADA Operator stations which are part of the Plant Computerized Data
Acquisition System (CDACS) System, shall run standard commercially available
SCADA package along with application program developed for data acquisition, display
and messaging. It shall acquire the radiation data from the field instruments directly and
through the Programmable logic controllers. This information shall be displayed in
different formats, store the data and generate reports. These values and the stored data
can be printed on demand. CRPC shall display and store the information about the

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 114 of 122


Engineering Consultancy Contract for I & C of INRP 2014

radiation levels and air activity levels in various areas of the plant. It shall not be possible
to modify Historical trends, data and alarm logs, other information pertaining to
operator‟s passwords, access rights, actions etc. without proper authorisation. Each fault
and alarm shall be displayed on the screen with different colors, so that radiation alarm
and instrument fault are distinct.

One SCADA Operator station per block shall be provided on the Control room panel.
Another SCADA Operator station shall be installed in the room of Shift – HP to provide
the information regarding the plant radiation status on his desk. A graphic display on
these consoles indicates floor plans with colored radiation zones of the facility, location
of radiation instruments and corresponding radiation data with alarm status.

Radiation data from the important instruments shall be displayed continuously on Video
graphic Recorder and Alarm condition shall be provided by audio-visual alarm
annunciators. On receiving alarm status, electronic beeper as well as indicator lamp shall
be activated. The alarm annunciators shall be provided with Ack & Reset switches.
Criticality alarms shall be indicated by bright red panel lights and distinct audio alarm
and show the corresponding incident location. A test switch shall be provided at the
console to test proper functioning of alarm annunciator.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 115 of 122


Engineering Consultancy Contract for I & C of INRP 2014
4. QUALIFICATION OF INSTRUMENTS

4.1 GENERAL

All the nuclear SSCs are designed for single level of site-specific earthquake loads. There
are three levels of earthquakes identified for our SSCs, viz. EQL-1, which is equivalent to
SSE of NPPs‟; EQL-2, which is equivalent to OBE of NPPs‟; and EQL-3, which is
derived from the code IS-1893-2004. These earthquakes are defined as the design basis
earthquakes.

The objective of qualification program as applicable to safety related instrument is to


demonstrate the ability of such instrument to perform intended function even under such
abnormal ambient conditions.

The higher temperature, humidity and radiation resulting from normal / abnormal
condition, vibrations due to seismic motions are the abnormal ambient conditions to
which safety related instrument system components are subjected.

The instruments may be subjected to such abnormal conditions at any time during its life
time. If the equipment has components that are degradable with time under normal
operating conditions, effects of such ageing will be considered during qualification
program.

4.2 SEISMIC QUALIFICATION

Structures/Systems/Components of I&C systems which need to be functional or integral


after seismic event will be qualified to withstand seismic events. Seismic qualification
will be carried out by (i) Analysis for SSCs required to be integral (ii) Shake Table test
for SSCs which are to be functional (iii) combined (analysis and testing).

4.2.1 Procedure for Seismic Qualification by Analysis

The equipment/system is represented by a mathematical model – having mass, stiffness


and damping equivalent to that of the system it represents. This model is then
mathematically analyzed to derive various natural frequencies and mode shapes. Based
on the above analysis and considering the given seismic response spectra, force and/or
moments on members of equipment are calculated and checked for adequacy.

5.2.2 Procedure for Seismic Qualification by Testing

The instrument is mounted on shake table which can be simulated to produce anticipated
floor motion during earthquake. The performance of the instrument is observed by
monitoring the condition of critical components to check that no mal-operations take
place during the test. Five numbers of tests simulating OBE condition and one test
simulating SSE condition are carried out. During testing, shake table is moved in all three
directions. During and after the test, condition of all components and their performance is

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 116 of 122


Engineering Consultancy Contract for I & C of INRP 2014

verified. Detailed procedure, method for derivation of shake table motion, acceptance
criteria, monitoring points etc., are detailed in individual test reports for various
components.

4.3 QUALITY ASSURANCE

The design, procurement, installation and commissioning of instruments and systems are
subjected to detailed quality assurance program covering all important aspects of the
specifications. The quality assurance will be carried out based on approved quality
control plans, procedures and acceptance norms. The quality assurance program generally
follows the guidelines given in AERB code literatures.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 117 of 122


Engineering Consultancy Contract for I & C of INRP 2014

5. LIST OF I/O DETAILS FOR SOME MAJOR BLOCKS

Sl. No. Block No. Analog I/P Analog O/P Digital I/P Digital O/P Total I/O

1. 102A (Process-I) 900 150 250 1800 3100

2. 102A (Process-II) 900 150 250 1800 3100

3. 102B(Process-I) 900 150 250 1800 3100

4. 102B (Process-II) 900 150 250 1800 3100

5. 105 900 200 400 2200 3700

6. 106 400 50 300 300 1050

7. 109 700 200 400 1400 2700

8. 110 700 100 300 1400 2400

9. 111 800 20 200 150 1220

10. 113 300 40 150 150 640

11. 114 & 115 150 20 100 400 670

12. 107 & 108 300 100 400 700 1500

13. 122 1200 200 500 3000 4900

14. 103 150 50 250 800 1250

15. 116 100 30 100 500 730

16. Utilities 220 30 200 600 1050

17. SBT 30 20 200 500 750

Total I/O (All Blocks) 34960

Note: Each Block will be provided with independent CDAC system connected to
each other. The I/Os in each block are distributed into various areas as Remote
Terminal Units (RTU) with different I/O combination. No. of RTUs may vary from
1 to 10 depending on the blocks.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 118 of 122


Engineering Consultancy Contract for I & C of INRP 2014
6. CODES & STANDARDS

Sr. Standard Code Description


No
1. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification
2. ISA-5.2- 1976 (R1992) Binary Logic Diagram for process operation.
3. ISA-5.5 (2001) Graphic symbol for distributed control/shared display
instrumentation, logic and computer system
4. ISA-5.4.1991 Instrument Loop Diagram
5. ISA20-1981 Specification for process monitoring & control
instrument, primary elements and control valve.
6. ISA-RP 42.00.01-2001 Nomenclature for instrument tube fittings.
7. ANSI/ISA75.01.01.01- Flow Equation for sizing control valves.
2007
8. ANSI/ISA-75.02.01-2008 Control Valve capacity test procedure.
9. ANSI/ISA75.05.01-2000 Control valve terminology.
(R2005)
10. ISA 75.11.01.1985 Inherent flow characteristics & rangeability of control
( R2002) valves.
11. ANSI/ISA 75.19.01-2007 Hydrostatic testing of control valves.
12. ANSI/ISA 82.02.01-1999 Safety standard for electrical and electronic test,
measuring, controlling and related equipment- general
requirement.
13. ISA-61010-031 Safety requirement for electrical equipment for
(82.02.02)-2007 monitoring, control and laboratory use.
14. ANSI/ISA-18.1-1979- Annunciator sequence and specification
(R2004)
15. ANSI/ISA-84.00.01-2004 Application of safety instrument system for the process
part (1) industries.
16. ISA-RP31.1-1997 Specification, installation and calibration of turbine flow
meters.
17. ISA-37.1-1975- (R1982) Electrical Transducer nomenclature and terminology.
18. ISA-37.3-1982- (R1995) Specification and tests for strain gauge pressure
transducer.
19. ISA MC96.1- 1982 Temperature Measurement thermocouple.
20. ISA-TR50.02 part4-2000. Fieldbus standard for use in industrial control system
Part4; data link protocol specification.

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 119 of 122


Engineering Consultancy Contract for I & C of INRP 2014

21. ANSI/ISA-50.00.01-1975 Compatibility of analog signal for electronic industrial


(R2002) process instrument.
22. ISA-67.01.01-2002 Transducer and transmitter installation for nuclear safety
(R2007) application.
23. ISA RP55.1-1975 Hardware testing of digital process computers.
(R1983).
24. ISA RP16.5-1961 Installation, operation, and maintenance instruction for
glass tube rotameter.
25. ISA RP16.6-1961 Methods and equipment for calibration of rotameters.
26. ANSI 42.17 Specification for mechanical, electrical aspects of RMS.
27. IEC 61000 Manufacturing specification for radiation monitoring
instrument.
28 IEC61311 PLC Programming Software Specifications
29 IS 2629 Recommended practice for hot-dip galvanising of
iron and steel
30 IS 1730 Dimensions for steel plate, sheet and strip for structural
and general engineering purposes.
31 IS 2633 Methods of testing weight, thickness and uniformity of
coating on hot dipped galvanised articles.
32 IS 4759 Specification for hot dip zinc coating on structural steel
and other allied products

Tender no: BARC/NRB/INRPWMD/ECC I & C/2014/ 01 Page 120 of 122

You might also like