You are on page 1of 20

Name of Work : Supply, Installation & Commissioning of PLC based

Control System for Process Plant.

General Description of Control System


The Equipment specified in this tender is a supervisory control and data acquisition system for
monitoring, recording and controlling process parameters for a chemical process plant. A number
of temperature and pressure variables are measured using thermocouple and pressure transmitters
respectively. Thermocouples are connected to thermocouple module installed in I/O rack of the
control system. Pressure transmitters and gas monitors are connected to analog input module of the
control system. Temperature is controlled using ON/OFF controller and PID controller
programmed in the system and heaters are connected through digital output modules. Heater status
feedback is monitored through digital input module. Apart from these, a number of digital inputs
and outputs are also connected to the system for indicating status of various parameters and
operation of valves and heaters etc as per the programmed logic.

System Description
Block diagram for the proposed control system is shown in Fig. 1. (Given in Annexure-5)
All temperature and pressure signals are connected through T/C and AI modules respectively.
There will be a number of digital inputs from and digital outputs to the process, which will be
connected to digital I/O modules. Two desktop PCs will be used as operator stations.
The proposed system should be modular in nature and should be industrially proven
hardware and software system. In the proposed system, Standalone controller CPU will be used.
Power supply module will also be used for controller. The analog I/O and digital I/O modules along
with power supply modules will be installed in the I/O rack. The maximum expected distance
between this panel and computer can be up to 20 meters. Adequate precaution must be taken to
protect the transmitted signal from the electromagnetic interference due to electrical machines
operating in the area.

1. General
The controller described in this Specification shall be a microprocessor based system that
will accommodate analog and digital inputs, outputs and potential free contact inputs from field
devices located throughout the plant. Logical decision shall be made internally by the controller’s
preprogrammed logic. The output from a logical sequence shall be used to control the equipment.
The system shall monitor all of its devices for a malfunction. A malfunction diagnostic shall
include detection of failure in one of the devices down to the module/card level up to channel level
and loss of communication with a device.

2. The system should have following features:


a. Online program and data tracking.
b. All thermocouple and analog inputs shall be isolated.
c. All analog outputs shall be isolated.
d. Signal flow tracking shall be available.
e. Hot swapping for all types of modules including DI, DO, AI, AO and other special function
modules.
f. Special instructions like cascade control, ration control, temperature and pressure
compensation, square root extraction, PID modules shall be available.

1
3. Hardware
The quotation shall include all hardware required to interface the process with the
controller. The process I/O interface shall be supplied with the necessary terminations,
interconnecting cable and input/output (I/O) modules. The process I/O interface shall
functionally consist of analog and discrete input/output modules. The I/O modules and
associated electronics shall be mounted in panel mounting Control module.

Scope of work
3.1 Hardware to be supplied by the supplier:

a. CPU modules as per specifications given in Annexure 1.


b. Temperature input module, Analog I/O and Digital I/O modules as per specifications given in
Annexure 1.
c. PC and printer as per specifications given in Annexure 3.
d. PC interfaces (Required Ethernet switch/hub)
f. SCADA packages (licensed version).
g. Application program as per user requirements.
h. All Cables, connectors and any other accessories required for the system supplied by the
supplier.

Note: Bidder MUST quote the cost of each unit separately.

3.2 The supplier shall do the following

a. Design and fabricate the hardware as per our specifications


b. Write the software as per the details given by the users
c. Modification and internal wiring of the panel after removing existing hardwires
d. Integrate the measurement system with our setup
e. Test the system for functional requirements
f. Demonstrate the system function
g. Commission the system
h. Training of plant engineers in hardware maintenance and software application development.
i. Look after the maintenance as per the clauses of the tender

3.3 Following inputs/outputs will be integrated to the SCADA system through the I/O modules
by the supplier.
Sr. Type of Type of instruments Tag Type of I/O Module quantity
No. Input quantity module (Installed + spare)
(Actual )
1. Thermoc K-type thermocouple 36 8 channel TC 7 (5+2)
ouple module
2. Analog Pressure Transmitter 42 8 channel AI 8 (6+2)
input (4- & gas monitor module
20 mA)
3. Analog Controller 10 8 channel AO 3 (2+1)
Output module
4. Digital Valve limit Switch & 32 32 channel 3 (2+1)
Input MCC status DI module
5. Digital Valve operation, 15 32 channel 2 (1+1)
Output MCC feeder control DO module

2
System Requirements

1. General
A system structure/configuration offered should best utilize the capabilities of the system
and meet the specification requirement. The Bidder must provide a recommended layout for the
overall system architecture with a detailed description of the system being quoted. Control
Logic
Field inputs will provide process information to the controller in which preprogrammed
logic has been loaded. The controller will provide outputs corresponding to desired controls
actions. The control logic shall have the capability of implementing relay logic and shall
include the use of register, arithmetic functions, block functions, latched and momentary
contacts, counters and timing functions. The controller shall have timers with time intervals of
0.1, 0.5,1 sec, 1m and 5 m and capable of counting 999 intervals. The controller should have
accessibility of time based system bits. The Vendor shall state any system limitation for these
functions. The detail control logic will be supplied to the bidder after the placement of purchase
order.
3. Hardware
This section covers all the hardware requirements for controller. Control system shall
consist of One CPUs mounted in panel with memory, Power supply, communication and non
redundant I/Os. The detail specification of the components of the system is given in the
Annexure below.

Input/output modules

All input/output modules shall have status indication with an LED status light for each
channel. Input/output module cards and other printed circuit boards shall be designed in such a way
to avoid wrong/improper card insertion. The vendor shall quote for integrated input checking
concept for all inputs and preferably fail safe (self protected) output module concept for all outputs.
The discrete input modules shall interrogate and convert contact status of digital values and shall
consist of power supplies, contact input cards, multiplexers, and signal conditioning. The minimum
technical requirements of these modules are:
1. Capable of closing and carrying 5 amps at 230 VAC.
2. Filtering to eliminate contact bounce.
3. Contact input sense voltage of at least 24 V DC.
4. Isolation IEEE-STD-472-1974.
5. Blown fuse indication with a LED status light.

The Vendor shall include surge suppressers, if required, to meet the above requirements. Digital
Outputs shall be of Potential free contact type (relay output).

Electrical Requirements and Wiring Diagrams

Electrical equipments shall be suitable for 230 V 50HZ single- phase power supply
supplied from a UPS. The system shall be provided with isolation transformers to prevent noise
from the electrical power to interfere with the system performance. Electrical wiring shall be in
accordance with applicable electrical standards. Wiring diagrams shall be complete with grounds in
recommended wire sizes, type, and shielding required for the electrical circuits between
components that are to be wired.

3
Power Distribution and Grounding
Power distribution to control devices shall be arranged such that the loss of an individual
circuit does not result in complete loss of control capability or create unsafe operating conditions.
System shall be capable of detecting failure of power to a loop, an open input circuit etc. The
maximum resistance to ground shall be clearly specified. The Vendor shall review panel grounding
system connection and advice as to whether or not the hardware is properly grounded to ensure
proper operation.

Environment
All the equipment shall be capable of operating continuously for environmental conditions
given below:
Operating Temperature : 0 to 50° C
Relative Humidity (Non - Condensing) :10 to 90%

Field test
The Field Test shall be held on-site to verify the correct operation of all hardware, the
validity of all programs, guaranteed accuracy, and the proper functioning of all components as an
integral system.

4
Schedule of Quantities

Name of the Work: Supply, Installation & Commissioning of PLC based Control
System for Process Plant.

Sl. Rate
Description of Items Qty. Unit
No.
1. Supply of control system as per the specifications
given in Annexure:1
a CPU backplane
Supply 2 Nos.
Installation & Commissioning 2 Nos.
b CPU Module
Supply 2 Nos.
Installation & Commissioning 1 Nos.
c Power Supply Module
Supply 3 Nos.
Installation & Commissioning 2 Nos.
d Analog Input Module (8 channel)
Supply 8 Nos.
Installation & Commissioning 6 Nos.
e Temperature Input Module
(8 channel)
Supply 7 Nos.
Installation & Commissioning 5 Nos.
f Analog Output Module
(8 channel isolated)
Supply 3 No.
Installation & Commissioning 2 No.
g Digital Input Module (32 channel)
Supply 3 Nos.
Installation & Commissioning 2 Nos.
h Digital Output Module (32 channel)
Supply 2 Nos.
Installation & Commissioning 1 Nos.
i Accessories including I/O racks, I/O rack power
supply, rack extension cable, necessary cables, PLC
programming softwares & connectors as per above
installed modules
Supply 1 Set.
Installation & Commissioning 1 Set.
TOTAL (for control systems)

Modification, Wiring and Installation and


Commissioning of existing control panel for
2.
housing the control system and accessories as per
Annexure-2
Installation and commissioning 1 Set.
TOTAL ( for Modification and wiring of Control Panel)

5
Sl. Rate
Description of Items Qty. Unit
No.
3. Supply, Installation & development of SCADA
software as per the specification given in
Annexure-4
a SCADA ( Unlimited tag development version) 1 No.
b SCADA unlimited tag server version 1 No.
c SCADA viewer version (unlimited tag) 2 No.
e PLC Application Development 1 No.
TOTAL (for SCADA Software)

4. Supply & Installation of Operator Workstation


and printer as per the specifications given in
Annexure-3
a Operator Workstation
Supply 5 Nos.
Installation 5 Nos.
a Engineer Workstation
Supply 1 No.
Installation 1 No.
b Printer
Supply 3 Nos.
Installation 3 Nos.
TOTAL (for PC & Printer)

5 24 V DC power supply
Input Voltage: 230 V , 50 Hz, 1-ph
Ripple : <200 mV (peak-peak)
Output : 24 V, 10 Amp
Recovery time : Less than 100 µs
Protection : Thermal overload & short circuit
protection
Make: Telemechanique or equivalent
Supply 3 Nos.
Installation 2 Nos.
TOTAL (for Power Supply)

6. Documentation & Training Charge


a Total system documentation 1 Set
b Extensive Training for 4 persons minimum 5 days. 1 Set
TOTAL (for documentation & Training)

6
ANNEXURE-1

Specification of Control System

CPU Module
Quantity: 2
S.No. Points Required Specification
1 Mounting Rack Mounting
No. of racks 4
2 Configuration Number of distributed
64
equipment
Analog I/O 256 I/O
Discrete I/O 1,024 I/O
3 Functions
Ethernet TCP/IP Yes
USB port Yes
Integrated RAM
4096 Kb
Program
Internal user
4 Integrated RAM
RAM 10 Kb
System Memory
Integrated RAM Data 384 Kb
5 Expandable flash 4 GB Data Storage
USB type mini B
6 Integrated connection type 1 Ethernet TCP/IP service port
2 Ethernet TCP/IP device network
1 LED green download in progress (DL)
1 LED red memory card or CPU flash fault
1 LED green/red ETH MS (Ethernet port
configuration status)
7 Status LED
1 LED green/red Eth NS (Ethernet status)
1 LED green processor running (RUN)
1 LED red I/O module fault (I/O)
1 LED red processor or system fault (ERR)
Communication module processor 2 Ethernet communication module
8
capacity 8 AS-Interface module
9 IP Protection IP 20
Fast task 1 periodic
Application
Event tasks 64 ( including 2 priority)
10 structure
Master task 1 cyclic or periodic
Auxiliary Task 2
No of 100% Boolean 10 /ms
11 K/Instruction 65% Boolean and 35%
7.5 /ms
Executed per ms Fixed Arithmetic
Power
12 With 24V <300mA
consumption
PID control, Auto tuning of PID control, user
13 Additional Features accessible timing bits, failsafe programming
features

Power Supply Module


Quantity: 3
Sr. No. Points Required Specification
1 Input Voltage 110-240VAC
2 Frequency 50-60Hz
3 Power 70VA
4 Current 0.61A at 115VAC , 0.31A at 230VAC
5 Output Voltage 24 VDC Suitable for CPU and I/O modules

7
Analog Input Module
Quantity: 8

Sr. No. Points Required Specification


1 Input Type High Level fast inputs with common points
2 Nature of inputs Voltage / Current (250Ω internally protected
resistors)
3 Measuring Range 4-20 mA
4 Number of Channels 8
5 Acquisition cycle time
 Fast ( Periodic acquisition for 1 ms + 1 ms x number of channels used
the declared channels used)
 Default ( Periodic acquisition 10 ms
for the declared channels )
6 Digital resolution 16 bit
7 Digital filtering 1st order
8 Isolation Provided between channels & bus and between
channel & ground.
9 Maximum overload authorized for Voltage inputs: +/- 30VDC
inputs Current inputs: +/-30mA
10 Power Consumption Typical 0.3 W
(3.3 V) Maximum 0.5 W
11 Power Consumption Typical 0.6 W
(24 V) Maximum 1W
12 Connection Cables with necessary connectors
13 Reverse polarity protection Required

Temperature Input Module


Quantity: 7
Sr. No. Points Required Specification
1 Input Type Isolated low-level inputs, voltage, thermocouples,
temperature probes, resistors
2 Nature of inputs Voltage / Current (250Ω internally protected resistors)
3 Measuring Range
 Voltage ± 40 mV, ± 80 mV, ± 160 mV, ± 320 mV, ± 640 mV, ±
1.28 V
 Thermocouple Thermocouples, type B, E, J, K, L, N, R, S, T, U
Temperature 2, 3 or 4-wire temperature probes, type Pt100, JPt100,
probe Resistor Pt1000, JPt1000, Ni100, Ni1000 (in accordance with
DIN43760) and Cu 10
2, 3 or 4-wire resistors, 400 Ωor 4000 Ω
4 Number of Channels 8
5 Acquisition cycle time 400 ms for the 8 inputs
6 resolution 15 bit + sign
7 Isolation
 Between Channels 750V
 Between Channels 1400V
and bus 750V
 Between channels
and ground
8 Connection Via 40 way connector or Cordsets with one end with
color-coded flying leads
9 Reverse polarity Required
protection

8
Analogue Output Module

Quantity: 3

Sr. No. Points Required Specification


1 Input Type Non-isolated high level outputs with common point
2 Nature of inputs Current
3 Number of Channels 8
4 Digital / Analog 16 Bit
Converter resolution
5 Output Refresh Time 4 ms
6 Power Supply for output By the module
7 Type of protection Outputs protected by short circuits and permanent overloads
8 Measurement Error for
Standard module
 At 25°C (77°F) 0.10 % of FS
 Maximum in 0.25% of FS
Temperature
range 0-60 °C
9 Measurement Error for
ruggedized: 0.10 % of FS
 At 25°C (77°F) 0.45 % of FS
 Maximum in
Temperature
range 0-60 °C

10 Isolation
 Between Channel Non-isolated
 Between channel 1400VDC
and Bus 1400VDC
 Between Channel
and Ground

11 Temperature Drift 45 ppm/ °C


12 Monotonicity Yes
13 Non linearity 0.1 % of FS
14 AC output Ripple 2 mV rms on 50Ω
15 Power Consumption Typical 0.4 W
(3.3 V)
Maximum 0.5 W

16 Power Consumption Typical 3.5 W


(24 V)
Maximum 3.7 W

17 Connection Cables with necessary connectors

18 Reverse polarity Required


protection

9
Digital Input Module

Quantity: 3

Sr. Points Required Specification


No.
Mounting Rack Mounting
2 Number of inputs 32
3 Nominal input values Voltage 24 VDC
4 Current 2.5 mA
Threshold input at 1 Voltage ≥11 V
5 values Current > 2 mA
at 0 Voltage <5V
Current < 1.5 mA
Sensor supply 19..30 V (possible up to 34 V, limited to
(including ripple) 1 hour/ day)
Input impedance at 9.6 kΩ
nominal
6 Response time typical 4 ms
7 maximum 8 ms
Reverse polarity Protected
8 IEC 1131-2 Type 3
compliance
9 2-wire / 3-wire IEC 947-5-2
proximity sensor
compatibility
10 Dielectric strength Primary/Secondary 1500 V actual, 50 / 60 Hz for 1 min
11 Between channel 500 VDC
groups
Resistance of >10 MΩ at 500 VDC
insulation
12 Type of input Current sink
13 Reliability MTBF in >700000
hours at ambient T =
30°C
14 Sensor voltage OK > 18 VDC
15 monitoring threshold Error < 14 VDC
Power consumption typical 120 mA
16 3.3 V maximum 160 mA

Power dissipation 4 W max


17 External Fuse 1 fast blow fuse of 0.5 A for each 16-channel group
18 Connection Cables with necessary connectors
19 Reverse polarity Required
protection

10
Digital Output Module
Quantity: 2

Sr. Points Required Specification


No.
1 Mounting Rack Mounting
2 Number of Outputs 32
3 Nominal Output values Voltage 24 VDC
4 Current 0.5 mA
5 Output Limit Values Voltage 19-30V
Current per Channel 0.625A
Current per Channel 10A
6 Leakage Current at stage 0 0.1mA
7 Residual Voltage at stage 1 < 1.5V
8 Minimum Load impedance 220Ω
9 Response time 1.2ms
10 Maximum overload time 15ms
11 Paralleling of output Yes
12 IEC 1131-2 compliance Type 3
13 Built In protection Against over voltage Yes
Against inversions Yes
Against short circuit Yes
and overloads
14 Dielectric strength Output/Ground 1500 V actual, 50 / 60 Hz for 1
min
Between channel 500 VDC
groups
15 Resistance of insulation >10 MΩ (below 500 VDC)
16 Procurator Voltage control At stage 0 > 18V
17 threshold Fault < 14V
18 Type of input Current sink
19 Reliability MTBF in hours > 400000
at ambient
T = 30°C
20 Power dissipation 4 W max
21 External Fuse 1 fast blow fuse of 0.5 A for each 16-channel group
22 Connection Cables with necessary connectors
23 Reverse polarity protection Required

11
ANNEXURE-2

Modification, Wiring and Installation and Commissioning of existing control panel

Diagram of Existing Control Panel

Panel Description:

1720 mm (H) x 1500mm (W) x 660mm (D)


Cable Entry --- Side Top Entry.

Scope of Work:

1. Removal of Existing PLC and Internal wiring: OLD Mitsubishi PLC should be removed
along with all I/O modules from existing panel. Existing internal panel wiring from PLC
I/O modules to Terminal Blocks should also be removed.
2. Installation and retro fitment of supplied PLC: The new supplied PLC should be
installed and retro fitted in existing panel and rewiring of internal panel should be
completed as per tags given by us. Ferruling should be done at each end of the wires for
identification of Process Parameters. New panel wiring diagram should be approved by
competent authority before starting wiring in the panel.
3. Internal wiring and termination of Panel: all internal wiring should be terminated in the
panel with proper ferruling.
4. Documentation: The bidder should submit panel GA diagram and wiring diagram before
starting the job in the existing panel. The bidder can start the job after obtaining approval
from purchaser. After completion of the job bidder should submit two sets of as-built
panel diagrams to purchaser

12
Specification of Panel Internals (Wiring)

Sr. Points Required Specifications


No.
1 Wiring API-RP550 Part I sec. 7 & 12
Standard
2 Wire sizes Power supplies - to suit requirement (Min 2.5 mm2 )
All others -1.0 mm2
3 Dressing a. Internal wirings shall be grouped so that all outgoing wiring to each
particular remote location is terminated on adjacent terminal blocks.
b. All low level signal cables shall be separately bundled form control
cable and maintained at minimum spacing from control bundles.
c. No wiring shall be routed across the face or rear of any device which
otherwise may restrict the opening of covers or obstruct access to leads,
terminals or devices.
d. Tapping between terminal points is not permissible.
e. Common connections limited to 2 (two) wires per terminal on internal
side.
f. Groups of wires shall be bunched with cable straps provided at suitable
distance and these shall be routed via PVC trays (covered).
g. Internal wiring & terminal will be in line with approved schematic
diagrams prepared by the bidder. Wiring diagram should be sent to the
purchaser during detailed engineering stage for information. However,
the Purchaser can comment on their drawings for incorporation of the
same by the Bidder.
4 Running of Suitable grouped wires placed in PVC wiring trays (Projected outwards)
wires with a clamp-on type covers.
5 Terminal Compression, insulated sleeve, U type/I type.
lugs
6 Identification Wire number of each termination shall be by means of split sleeve or
indelible tubing markers. Any cable shall be identified in this fashion for
entire length. Identification tags will be supplied by purchaser.
7 Internal Switch-fuse unit for lighting supply separated from instrument power
supply.
8 3 pin Plug 2 nos. to be provided
Points
9 Power Supply should be distributed properly through MCBs.
supply Supply and erection of MCB will be in the scope of the bidder.
isolation Instrument Ground and Power shall be isolated. Bidder shall furnish a
detailed Grounding layout.
10 Additional Switches & other required accessories.
component

** Bidder shall prepare actual panel layout as per the above drawings and get it approved
by purchaser before fabrication of panel components. All the required components should
be installed at the back plane of the control panel.

13
ANNEXURE-3
Specifications of Operator Workstation & Printer

A. Operator Workstation (Desktop PC):

Quantity: 5 Nos
These Workstations (Desktop PCs) are used with continuous running system in industrial
environment. The PCs should have the following minimum critical specifications along with the
standard features of the selected model based on these specs. These work stations should be
compatible with the software supplied by the supplier.

1. Processor : Intel Core i7-7700 processor or equivalent with 3.4 GHz or higher
clock speed and 8MB or higher Smart Cache with support for Intel
Virtualization Technology (Intel VT)
2. Mother-Board : Windows 7 compatible, ATX form factor original Intel
motherboard with Intel H55 express chipset or better to support
Virtualization, BIOS support for VT, built–in Sound / Gigabit
LAN / Graphics and other features to support 7 and better
processors.
3. Cache Memory : 8 MB or higher Smart Cache
4. Main Memory : 8 GB DDR3 1333/1066 MHz or higher speed SDRAM DIMMs
with free slots for expansion to 16 GB
5. I/O Ports : 1 Serial and 1 Parallel port, both on cabinet rear (or USB to
parallel converter for parallel port). Minimum 6 USB ports (2.0 or
higher), 2 USB ports should be provided on front.
6. PCI Expansion : 2 or more conventional PCI bus connector(s), 1 PCI Express
Slots 2.0x16 bus connector and 2 PCI Express 2.0 x 1 connectors
7. HDD Controller : 6 SATA 3.0 Gb/s ports
8. Power supply : SMPS with 400 watts or more
9. LCD Monitor : TFT active matrix, 22 in - Widescreen, DVI, VGA (HD-15), 1440
x 900 / 75 Hz, 0.284 mm, 5 ms/2 ms, 1000:1 make Viewsonic /
Samsung / LG / Philips only
10. Key board : Enhanced multi-media Key-board - Logitech on PS2 / USB port
11. Mouse : Optical Mouse with Scroll wheel - Logitech on PS2 / USB port
12. DVD drive : DVD Writer SATA Internal, make SONY/LG (52X52X32X)
13. Hard Disk : SATA 1 TB or higher, minimum 7200 RPM, make Seagate /
Samsung/ Hitachi
14. Ethernet card : Gigabit adapter, make Dlink DGE-530T in addition to the onboard
LAN port.
15. Speakers : USB driven dual Stereo speakers make Creative/Altec
Lansing/Logitech
16. Cabinet : Mini-tower, ATX form factor with adequate cooling
17. Operating : Windows 7 Professional (OEM)/ XP Latest version on CD/DVD
Systems Licensed and Free open source software for Desktop, Fedora
13/OpenSuse Linux on CD.
18. Additional S/W : Open Office 3.2.1 or higher, Anti Virus Software, HINDI
Software (Unicode) and a virtualization utility to be preloaded on
all PCs at Installation time.
19. OS Certification : Microsoft Windows 7
20. Warranty 3 years comprehensive on-site warranty
21. Accessories Mouse pad with palm rest and dust cover for PC

14
B. Engineering Workstation (Note book PC)

Quantity: 1 No.

These computer notebooks are going to be used with these dedicated systems. These systems
are based on fast processing systems and rough handling. Therefore, the bidder shall quote
branded product to consider these points. The notebook should be compatible with the software
supplied by the supplier for configuration of this control system. The notebooks shall in general
meet the following specifications

1. Processor :Intel (R) Core (TM) i7 2630QM (2 GHz)


2. Cache :8MB or higher
3. Serial Port :RS232
4. Memory :8 GB,1333MHz DDR3 SDRAM
5. HDD :Min. 1 TB
6. Screen :15.6” FHD(1920x1080) B+RGLED
7. Video Card :2GB NVIDIA
8. Integrated Ethernet :10/100/1000 – 2 port
9. DVD :Blu-ray BD-ROM/DVD +/- RW combo
10. Battery :6Cell Primary Battery
11. Adapter :90W AC Adapter with power cord
12. Operating system :Win7 Professional 32 bit DVD Media
13. Onsite warrantee/Guarantee : Min. 3 years
14. Preferable Make : DELL/ HP or equivalent

Any other software or hardware required for smooth operation with these systems.

C. Printer

All in one COLOUR INK TANK Printer (EPSON L405 or equivalent) – 3 Nos.

15
ANNEXURE-4
Specification of SCADA Software:

Data Acquisition Software should meet the following specifications.

Graphic User Interface & Report Formats

The bidders must quote for the operator interface software with the help of which the
operator interacts with the measurement system and controls of the plant. The software should be
capable of meeting functional requirements described in next section and must offer ease of
operation and good reliability. Only latest version of the software must be offered. The bidder
MUST give complete details of the offered operator interface and the functions it can perform
along with the offer.

Mimic Diagram

A mimic diagram showing the full flow-sheet (P&I diagram) along with all instruments
should be shown on monitor screen. A zoom in/out facility should be available so that portion of
the flow sheet or any equipment can be zoomed to full screen along with all the instruments, such
that operator can read the different process parameters on the instruments. The reading should be
dynamically updated and displayed.
There should be one screen showing the full instrumentation system of the whole plant.
Other screens will show different sub systems in details. There must be provisions for navigating in
between each and every screen in each section. All the measured parameters and controls related to
each sub system should be shown on the respective page. Each sub system may also have several
screens showing all the instrumentation in details. The details of each screen will be given to the
successful bidder at the time of purchase order. The screen has to be made in consultation with the
engineers at site. The number of screens and modifications on each screen may change as per
requirement of the process.

On-line Data Displaying & Data Recording (Real Time Trending)

There should be a facility to see different group of data in the form of graphs, bar charts
and in the form of tables/reports as real time. Printing facility of these graphs and tables should be
available (in colour) from operating screen, without leaving the window. The time graph should be
able to show previous data. A facility to move a cross-hair cursor should be available to know the
tag value at the cursor position. The number of such windows should not be limited and they should
be user programmable (e.g. there should be 15-20 such windows having different X and Y
parameters in different colours). Bar graphs with different colours should be displayed to see and
compare different parameters.

Historical Trending

All parameters should be stored on hard disk at an interval settable by the user. Different
window preprogrammed by the user should display the required data from a specified time to a
specified period. And from there to move forward and backward using ‘Panning’ facility using
Up/Down & Left /Right arrows keys. Printing facility should be available for historical graphs etc
in colour & for the specified period.

Alarm & Trip History

There should be a facility to set high & low alarm limits and trip limits, individually for all
parameters. The details of the number of measured parameters, valves, pump will be given with the
purchase order. The indicated numbers may increase). A table /report should keep all the alarm and
trip history i.e. day, time of occurring and the value and name of the tag.

16
An alarm window will always be visible on the screen independent of which ever screen
(mentioned above) you are in. It should have facility of highlighting the latest alarm which has
occurred. On acknowledging the alarm the alarm window should show it as acknowledged with a
different colour. The alarm should only vanish from screen when the alarming condition has been
cleared. The software should have facility for grouping of user definable priority levels and
multiple alarm ranges for as many numbers of tags selected by the user.

Reports

The software should prepare different types of data reports e.g. shift report, daily report,
and monthly report and on demand report of user selected parameters for measured and computed
parameters in suitable formats as required by the user. The software should have facility of linking
with standard databases so that the report format can be changed as and when required. Report
should be preferably be transportable to other software like MS Excel, MS- Word. The software
should have facility of connectivity with any type of databases such as SQL SERVER, Access,
Oracle, Dbase. The supplier should be responsible for giving training to the site engineers of the
coding of the same. The data logging required is at least one data every 0.5 seconds (settable
by user).

Application development

The SCADA should have a provision of unlimited tags. The application development will
include indication of up to 200 parameters, mimic diagrams as per user requirements (up to 10
Nos.) and development of other screens (up to 5 nos.) and application programming for historical
data storage, alarms and trips, event log, digital I/O module programming, etc.
PLC programming should be done as per process logic requirement. Plc programming
should be done in Ladder logic / FBD or both.

Preferable Package: Ellipse E3 or equivalent

Note:
Supplier should provide reference guide and operator manual

17
ANNEXURE-5
Schematic Diagram of System Architecture

Operator Operator
Station Station

Ethernet Switch

Engineering
Station

P C D D D A A A A A A A A
I I O I I I I I I O O
Main Rack S P M M M M M M M M
M M M
O O O O O O O O O O O
U U D D D D D D D D D D D
U U U U U U U U U U U
L L L L L L L L L L L
E E E E E E E E E E E

P T T T T T T
C C C C C C
S S S S S
S M M M M M M P P P P P
O O O O O O A A A A A
Extended Rack U D D D D D D R R R R R
U U U U U U
L L L L L L
E E E E E
E E E E E E

Figure-1

18
Tender Evaluation Criteria

Sr. Attributes Weight Evaluation Criteria


No. -age
1 Performance 30% Evaluation of the performance of contractors for eligibility
of past work shall be done by indent approving authority or a Committee
constituted by him. If required, the works executed by the
bidders who otherwise qualify may be got inspected by a
Committee or any other authority as decided by indent
approving authority.
2 Personnel, 30% Supplier should have good infrastructure (e.g. PLC and
Equipment & SCADA programming terminals, controllers, basic
Infrastructure measurement tools etc.) and experienced team to provide
the extensive training to our engineers (4 Nos) for their
controller programming.
If supplier is not a manufacturer then the supplier should
submit the authorization letter (for dealership/system
integrator) from the original equipment manufacturer.
3 Financial 20% Average annual financial turn over on similar works should
Strength be at least 100% of the estimated cost during the immediate
last 3 consecutive financial year.
4 Experience 20% Supplier should mention the name of the clients (with
in similar person to be contacted) to whom they have supplied the
work similar system. Feedback from the earlier executed orders
will be considered for evaluation.

Inspection & Acceptance Criteria


Sr. Items Acceptance Criteria
No.
1 PLC system Factory Acceptance Test (FAT): PLC modules should match
specification given in Annexure-1. PLC modules will be checked with
simulation inputs and outputs will be verified as per the programmed
logic. Logic should be implemented as per the process and safety
interlocks (to be given by user after placement of purchase order).
Site Acceptance Test (SAT): PLC modules will be checked with actual
inputs given at the terminal block of the control panel where PLC
system is mounted.
2 SCADA Factory Acceptance Test (FAT): SCADA software should match the
system technical specification given in the Annexure-4. During FAT, all the
SCADA screens will be verified and compared with actual P&I
diagram given by the user. The operability of the different control loop
will be checked.
Site Acceptance Test (SAT): During SAT, actual operation will be
tested with SCADA mimic. The plant should be fully monitored using
SCADA.
3 24V DC Power supply should meet the technical specification given in the
power supply schedule of quantity. Load test will be done during FAT.
4 Control Panel Control panel will be tested as per the approved wiring diagram and
Integration the overall integration will be tested during site acceptance test by
providing inputs from the field. Wiring should be as per standard
mentioned in the specifications.
5 Documentati Supplier should submit the Wiring diagram, Interlock diagrams, Panel
on & training termination details & documents regarding controller and SCADA
operation and get it approved by the user.

19
General Notes:

1. Supplier should provide Carrying case, terminal cables and connectors/converters and
user’s manual for the software. Supplier should mention the other optional accessories and
their features.
2. Supplier should mention the details about the after sales support.
3. The quantity of items mentioned in the schedule of work is indicative only. The actual
quantity may vary within 15% of the quantity mentioned.
4. The supplier shall give all the documents to the purchaser as built in the site. The
documents shall include wiring diagrams, Interlock diagrams, controller and Panel
termination details & documents regarding controller and SCADA operation.
5. The supplier shall be responsible for maintenance of hardware and software supplied for
the period of 12 months from the date of commissioning the system at our site free of cost.
After this period the supplier shall provide maintenance of the system for at least 5 years on
payment basis. Bidders should indicate the arrangement of maintenance of the system.
6. The supplier should incorporate engineer from purchaser’s side during development stage
of the system for ease of future modification.
7. The supplier should complete the full commissioning of the plant within 5 months after
placement of purchase order.

Important:

A complete quotation giving detailed technical specification of the offered instrument


should be submitted. The quotation should be organized point by point as per the
specification and any deviation must be clearly brought out. Incomplete quotations are
likely to be rejected. Only parties who are regular manufacture / suppliers of this type
instruments will be considered. For entry into BARC premises, the bidder or his
representative must have police verification certificate (PVC) in a BARC prescribed
format.

20

You might also like