0% found this document useful (0 votes)
100 views75 pages

MVT Flow Meter

The document is a Request for Quotation (RFQ) for MVT and Flow Computers related to the Pipeline Replacement Project VII by Oil and Natural Gas Corporation Limited. It outlines the project scope, technical requirements, vendor responsibilities, and necessary documentation for compliance. The RFQ includes a detailed engineering document list and specifies the need for adherence to industry codes and standards.

Uploaded by

Jebas Manova
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
100 views75 pages

MVT Flow Meter

The document is a Request for Quotation (RFQ) for MVT and Flow Computers related to the Pipeline Replacement Project VII by Oil and Natural Gas Corporation Limited. It outlines the project scope, technical requirements, vendor responsibilities, and necessary documentation for compliance. The RFQ includes a detailed engineering document list and specifies the need for adherence to industry codes and standards.

Uploaded by

Jebas Manova
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 75

Document no.

: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 2 of 7

Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII

Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027

REVISION RECORD SHEET


Date Details of Revision Rev.

07.01.2020 ISSUED FOR PRE-BID A

PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 3 of 7

Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII

Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027

ENGINEERING DOCUMENT LIST


Enter the revision of each document enclosed under the current revision of this EDL.
Even if document is not revised, repeat the document revision under the current revision of this EDL.

Document Revision
EDL
Sr. Document
No. Document Title
Number Rev. A B C D E F
No. of
Sheets
I TECHNICAL SCOPE
PRP-VII-APG-INS-
1 RFQ for MVT and Flow Computer 7 A
RFQ-0006
Annexure A to PRP-
2 Annexure A for MVT and Flow Computer VII-APG-INS-RFQ- 2 A
0006
II Forms A to K

3 Technical Questionnaire Form A 2 A

4 Deviation List Form B 1 A

5 List of Commissioning Spare Form C 1 A

6 List of One Year Spares Form D 1 A

7 List of Special Tools & Tackles Form E 1 A

List of Construction Spares,


8 Form F 1 A
Consumables, Chemicals & Lubricants

9 Vendor Weight Control Data Sheet Form G 1 A

10 Equipment Weight Certificate Form H 1 A

11 Vendor Data Schedule Form I 3 A

12 Utility Requirement Form K 1 A

III ONGC DOCUMENTS

13 Instrumentation Design Criteria Volume II, Section 3.6 43 8

14 Functional Specification for MVT with FS-3202(Annexure-IV) 1 7


Flow computation

15 Functional Specification for Flow FS-3211 7 5


Computer
16 Inspection Requirement Table ODS/INST/IRT/15 1 1

17 Inspection Requirement Table ODS/INST/IRT/38 1 1

PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 4 of 7

Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII

Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027

TABLE OF CONTENTS

1.0 INTRODUCTION ...................................................................................................................................... 5

2.0 SCOPE ......................................................................................................................................................... 5

3.0 CODES AND STANDARDS ..................................................................................................................... 6

4.0 GENERAL REQUIREMENTS ................................................................................................................. 6

5.0 TECHNICAL REQUIREMENTS ............................................................................................................. 7

6.0 SITE CONDITION .................................................................................................................................... 7

7.0 SPARES ...................................................................................................................................................... 7

8.0 INSPECTION REQUIREMENT .............................................................................................................. 7

9.0 DEVIATION ............................................................................................................................................... 7

10.0 DRAWING DATA SCHEDULE ............................................................................................................... 7

PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 5 of 7

Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII

Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027

1.0 INTRODUCTION

1.1 Project Description

Oil and Natural Gas Corporation Limited (ONGC), hereinafter called as ‘ONGC’, is engaged in exploration
and exploitation of Western Offshore Field in the Arabian Sea on the continental shelf of Western India.

PRP-VII scope of work is scattered in three different western offshore fields’ viz. Mumbai High; Neelam &
Heera and B&S Asset’s fields. Under this Contract about 110.4 km of subsea pipelines comprising of
about 21 no. of segments are required to be replaced Full & Partial replacement of some of its well fluid,
gas lift and water injection pipelines. Further, laying of new pipelines about 132.9 km of subsea pipelines
comprising of about 16 no. of segments.
The document is issued as a part of pre-bid engineering for the above scope.

2.0 SCOPE

The scope of this document includes design, manufacture, testing, supply and satisfactory performance of
MVT & Flow Computer at offshore platforms.

The MVT & Flow Computer shall be strictly supplied in accordance with the following documents
a) This document
b) Instrumentation Design criteria (Document Volume II Section 3.6).
c) Functional Specification for MVT with Flow computation (FS-3202 - Annexure-IV)
d) Functional Specification for Flow Computer (FS-3211)
e) Industry Codes and Standards

Whenever equal but conflicting requirements arise between this scope / specification and the referred
documents, such conflicts shall be brought to the attention of ONGC in writing. For resolution, unless
specified in the Vol-I of the bidding documents, the order of precedence shall be: -
1. National Statutory Requirements (The Law)
2. Basic bid work (Description of work)
3. Design Criteria
4. Functional Specifications
5. Industry codes and standards

Deviations, if any, shall be mentioned clause wise along with the quotation in the format attached with this
enquiry. In absence of deviation list, the offer shall be assumed to be complying with specification in
totality. Deviations submitted after purchase order shall not be entertained. Deviations listed in any other
manner than the prescribed format will not be considered as a valid list.
Any work not specifically mentioned but otherwise required, as per statutory rules/codes and
standards/specifications and/or for the completion and operation of equipment to the entire satisfaction of
Purchaser have to be done by the vendor without any commercial implications or schedule impact.

PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 6 of 7

Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII

Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027

2.1 Definitions
Company : Oil and Natural Gas Corporation Ltd
Engg. Sub-Contractor : Aker Powergas Pvt. Ltd., Mumbai
Project : PIPELINE REPLACEMENT PROJECT – VII

3.0 CODES AND STANDARDS

The design, sizing, selection, manufacturing and testing shall be in accordance with the latest edition of
the codes & standards specified in clause no 3.6.3 of Instrumentation Design Criteria (Volume II Section
3.6) and in various specifications listed in EDL.
Vendor is also responsible for ensuring that all the requirements of local regulation, codes & standards
(required by local authorities, agencies or statutory bodies) are met & for obtaining and or submitting all
necessary documentation for certification.

4.0 GENERAL REQUIREMENTS

4.1 Hazardous area classification / Weather Protection


All the field instruments / equipment shall be certified by bodies such as IEC / FM / UL / BASEEFA /
CENELEC / CSA / DGMS / PTB / CMRI for use in Class I, Div. I, Group C & D, T3 hazardous area.
Equipment protection philosophy shall be as per clause no 3.6.4.4 of Instrument Design Criteria (Vol II
Sec 3.6)
Power Supply availability shall be considered same as that of process platform, as per clause 3.6.4.2.2
Point no. (i). Single point 110VAC, 50Hz UPS power supply will be available. All other power supplies
required as per above mentioned clause to be arranged by supplier.

4.2 Tagging & Nameplates


Nameplates and identification tags shall be provided to properly identify each instrument. All instruments
shall have SS tags or nameplates of permanent type with identification number and service description.
Nameplate of each MVT & Flow Computer shall be as per Clause no. 3.6.6.2.1.h of Instrumentation
Design Criteria.

4.3 Packing
Preparation for shipment shall be as per clause no.3.6.6.5 of ONGC Instrumentation Design Criteria
(Volume II Section 3.6).

4.4 Vendor Pre-Qualification Requirement


Vendor selection and prequalification shall be in accordance with clause no 3.6.6.4 of ONGC
Instrumentation Design Criteria (Volume II Section 3.6).

4.5 Vendor Responsibility


Vendor shall take single point responsibility for proper operation and performance of the complete
system. Vendor shall be fully responsible for the technical integrity of the overall system including
selection, performance calculations and mechanical design of all components, manufacture, assembly,
engineering, inspection, testing, commissioning, delivery and all other engineering services as required.

PC0PRP7001-00
Document no.: PRP-VII-APG-INS-RFQ-0006 Rev: A Sheet: 7 of 7

Document Title: RFQ FOR MVT & FLOW COMPUTER Project: PIPELINE REPLACEMENT
PROJECT - VII

Client: OIL & NATURAL GAS CORPORATION LIMITED APG Project No.: 2027

Vendor shall also be responsible for the integrity of all items & services supplied by Sub-Suppliers and
establishing interface with third party systems and packages successfully. All these activities are to be in
accordance with the scope of supply, specification, project specifications and interface information
supplied by the purchaser.

5.0 TECHNICAL REQUIREMENTS

a) For technical requirements of MVT please refer document (FS-3202-Annexure-IV) - MVT with Flow
computation.
b) For technical requirements of Flow Computer please refer document Functional Specification for Flow
Computer (FS-3211).

6.0 SITE CONDITION

Refer to clause 3.1.2 of Vol. II, Section 3.1 for Site Condition Data.

7.0 SPARES

Vendor shall be responsible for supply of all spare parts required during hook-up, testing, pre-
commissioning and commissioning. Vendor shall furnish complete list with details for such spare parts.
Vendor shall also supply spare parts for one year of operation on cost plus basis. The spares shall be
listed as per the Form C and D attached with this document.

8.0 INSPECTION REQUIREMENT

Inspection and testing of all components, sub-assemblies, and complete assemblies of items
manufactured at Vendor’s work, and other sub-Vendor’s works in accordance with approved QA/QC
procedure.

9.0 DEVIATION

List of deviations, if any, shall be submitted by vendor as per Form B. Any further deviation after order
quotation and subsequent claims for extra cost and time arising out of noncompliance with the
specification will not be considered.

10.0 DRAWING DATA SCHEDULE

The documents shall be submitted as per the design code, approved Inspection and Test Plan and the
drawing data schedule (Form I). Vendor shall furnish all data/drawings in proper form and quantity in
accordance with the requirements given in Form I. The Vendor shall also be accountable for the
documentation required from his sub-vendor.

PC0PRP7001-00
Please attach the typical datatsheet.
The Vendors for flow computer
and MVT transmitter are
Annexure-A to PRP-VII-APG-INS-RFQ-0006
different. Please separate the DESIGN DESIGN
WETTED PART NACE MR-01-75
MR Sr.for
No. FlowTAG
computer,
NUMBER MVT
PLATFORM INSTRUMENT DESCRIPTION P&ID NUMBER SERVICE DESCRIPTION EQUIP / LINE NO PROCESS FLUID PMS NO. PRESSURE TEMPERATURE DP RANGE TRANSMITTER OUTPUT
MATERIAL
MANFOLD / MATERIAL
COMPLIANCE
Remarks
kg/cm2 deg C
Transmitters
1 in-line with Aker
B147A-FC-900 B147A FLOW COMPUTER 7127-OD-1072
FROM LIFT GAS HEADER TO WELLHEAD
B147A-8"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
original
2
deliverable
B149A-FC-900
list. B149A FLOW COMPUTER 7127-OD-1075
FROM LIFT GAS HEADER TO WELLHEAD
B149A-4"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
FROM LIFT GAS HEADER TO WELLHEAD
3 BS13A-FC-900 BS13A FLOW COMPUTER 7127-OD-1074 BS13A-4"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
FROM LIFT GAS HEADER TO WELLHEAD
4 B22A-FC-900 B22A FLOW COMPUTER 7127-OD-1073 B22A-4"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
5 B28AA-FC-900 B28AA Flow computer is 7127-OD-1070
FLOW COMPUTER
FROM LIFT GAS HEADER TO WELLHEAD
WH-110
B28AA-4"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -

6 HR-FC-900 HR not applicable


FLOW COMPUTER for 7127-OD-1011 FROM WATER INJECTION HEADER TO HQ-
PLATFORM
HR-8"-WI-E1-NA-XXXX WATER INJECTION E1 151.6 55 0-2500 mmH2O RS485 Monel 5 valve manifold / Monel Not Applicale -

7 ICD-FC-900 ICD magnetic


FLOW COMPUTER type flow7127-OD-1045
FROM WATER INJECTION HEADER TO SD-
PLATFORM
ICD-4"-WI-E1-NA-XXXX WATER INJECTION E1 151.6 55 0-2500 mmH2O RS485 Monel 5 valve manifold / Monel Not Applicale -

8 B179A-FC-900 B179A meter.


FLOW COMPUTER 7127-OD-1020
FROM LIFT GAS HEADER TO WELLHEAD
WH-110
B179A-4"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
FROM LIFT GAS HEADER TO WELLHEAD
9 B172A-FC-900 B172A FLOW COMPUTER 7127-OD-1018 B172A-8"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
WATER INJECTION LINE TO R-900 (HQ
10 HQ-FC-900 HQ FLOW COMPUTER 7127-OD-1012 HR-8"-WI-E1-NA-XXXX WATER INJECTION E1 151.6 55 0-2500 mmH2O RS485 Monel 5 valve manifold / Monel Not Applicale -
PLATFORM)
FROM LIFT GAS HEADER TO WELLHEAD
11 B178A-FC-900 B178A FLOW COMPUTER 7127-OD-1019 B178A-4"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
WH-110
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO R-12 WELL
12 HRA-MVT-1340 HRA 7127-OD-1015 HRA-8"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO B-172A
13 B193A-MVT-1340 B193AP 7127-OD-1017 B193A-8"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO NLM-5
14 NLP-MVT-1340 NLP 7127-OD-1061 NLP-12"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO BHE
15 S16-MVT-1340 S1-6 7127-OD-1055 S16-4"-P-E1N-XXXX LIFTGAS E1N 140.5 65 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO R-12 WELL
16 R12-MVT-1341 R12 7127-OD-1016 R12-8"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO BHE WELL
17 BHE-MVT-385 BHE 7127-OD-1056 BHE-4"-P-E1N-XXXX LIFTGAS E1N 140.5 65 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
18 B172A-MVT-331 B172A 7127-OD-1018 B172A-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-110
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
19 B172A-MVT-332 B172A 7127-OD-1018 B172A-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
20 B172A-MVT-333 B172A 7127-OD-1018 B172A-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-130
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO NLM5 WELL
21 NLM5-MVT-385 NLM5 7127-OD-1062 NLM5-12"-PL-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
22 B178A-MVT-331 B178A 7127-OD-1019 B178A-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-110
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
23 B178A-MVT-332 B178A 7127-OD-1019 B178A-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
24 B178A-MVT-333 B178A 7127-OD-1019 B178A-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-130
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
25 B179A-MVT-331 B179A 7127-OD-1020 B179A-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-110
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
26 B179A-MVT-332 B179A 7127-OD-1020 B179A-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO NLM9
27 NLM7-FT-385 NLM7 7127-OD-1065 NLM7-6"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO HSB WELL
28 HS-MVT-1340 HS 7127-OD-1067 HS-10"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO B-28AA
29 B193A-MVT-1340 B193AP 7127-OD-1069 B193A-4"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO NLM7 WELL
30 NLM7-MVT-385 NLM7 7127-OD-1064 NLM7-10"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO NLM9 WELL
31 NLM9-MVT-385 NLM9 7127-OD-1066 NLM9-6"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO HSB WELL
32 HSB-MVT-1341 HSB 7127-OD-1068 HSB-10"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
33 B28AA-MVT-331 B28AA 7127-OD-1070 B28AA-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-110
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
34 B28AA-MVT-332 B28AA 7127-OD-1070 B28AA-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
35 B28AA-MVT-333 B28AA 7127-OD-1070 B28AA-2"-P-E1N-XXXX LIFTGAS E1N 93.7 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-130
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO B147A
36 BPB-MVT-1340 BPB 7127-OD-1071 BPB-8"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
37 B147A-MVT-331 B147A 7127-OD-1072 B147A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-110
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
38 B147A-MVT-332 B147A 7127-OD-1072 B147A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
39 B147A-MVT-333 B147A 7127-OD-1072 B147A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-130
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
40 B22A-MVT-331 B22A 7127-OD-1073 B22A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-110
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
41 B22A-MVT-332 B22A 7127-OD-1073 B22A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
42 B22A-MVT-333 B22A 7127-OD-1073 B22A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-130
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
43 BS13A-MVT-331 BS13A 7127-OD-1074 BS13A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-110
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
44 BS13A-MVT-332 BS13A 7127-OD-1074 BS13A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
45 BS13A-MVT-333 BS13A 7127-OD-1074 BS13A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-130
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
46 BS13A-MVT-334 BS13A 7127-OD-1074 BS13A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-140
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
47 B149A-MVT-331 B149A 7127-OD-1075 B149A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-110
Annexure-A to PRP-VII-APG-INS-RFQ-0006

DESIGN DESIGN
WETTED PART NACE MR-01-75
Sr. No. TAG NUMBER PLATFORM INSTRUMENT DESCRIPTION P&ID NUMBER SERVICE DESCRIPTION EQUIP / LINE NO PROCESS FLUID PMS NO. PRESSURE TEMPERATURE DP RANGE TRANSMITTER OUTPUT MANFOLD / MATERIAL Remarks
MATERIAL COMPLIANCE
kg/cm2 deg C
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO WELLHEAD
48 B149A-MVT-332 B149A 7127-OD-1075 B149A-2"-P-E1N-XXXX LIFTGAS E1N 120 75 0-2500 mmH2O 4-20 mA SS316 5 valve manifold / SS 316 Yes -
Computation facility) WH-120
MULTI VARIABLE TRANSMITTER (With Flow FROM LIFT GAS HEADER TO R-12 WELL
49 HB-MVT-1341 HB 7127-OD-1077 HB-8"-P-E1N-XXXX LIFTGAS E1N 105 75 0-2500 mmH2O RS485 SS316 5 valve manifold / SS 316 Yes -
Computation facility) PLATFORM

50 Laptop (Note- 8) - Laptop - - - - - - - - - - - - Quantity- 14nos. Laptop

This is outside the


NOTES:
1 Accuracy of MVT/ Flow Computer shall be ±0.025% or better. scope limit in HB
2 Flow Computer & MVT shall operate on 24V DC supply.
3 Process Connection for MVT/ FC shall be 1/2" NPT. platform P&ID
4 Flow Computer shall be Field mounted.
5 Mounting accessories required for MVT/ FC shall be SS316 or better.
6 Flow Computer shall be capable of archiving data for a minimum of 15 days for a minimum of 10 parameters.
7 Enclosure Class of MVT/ FC shall be NEMA 4X.
8 Bidder shall provide 14 nos. of new laptop with latest configuration & loaded MVT/ FC licensed software (along with its licensed software CD/DVD).

Please clarify how 14


Nos. specified.
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-A Rev. A Sheet: 1 of 2


Document Title : TECHNICAL QUESTIONNAIRE

Indicate answers by * in the


(A) SCOPE OF SUPPLY appropriate bracket.

1. Is the vendor in total agreement with his scope of supply as defined in the [ ] Yes [ ] No
Requisition?

If not in total agreement, indicate deviation required in the following :

a) Data Sheets [ ] Yes [ ] No


b) Specifications [ ] Yes [ ] No
c) Vendor Data Requirement Schedule [ ] Yes [ ] No
d) QA/QC requirements [ ] Yes [ ] No
e) [ ] Yes [ ] No

If answer is 'Yes' for any of the above, exact deviation required shall be described in
detail indicating the appropriate clause(s). If no deviation are indicated, it will be
assumed that all the requirements of the subject Requisition shall be complied with
and no deviations whatsoever shall be accepted after the placement of order.

2. In case total system supply is in vendor's scope, are there any items vendor wishes
to add to achieve total system completion in all respects ?
(If 'Yes' details to be given ) [ ] Yes [ ] No

3. Does bid include spare parts for

a) Commissioning [ ] Yes [ ] No
b) Maintenance ( year period) [ ] Yes [ ] No

[ ] Yes [ ] No [ ] NA
4. a) Are Mounting accessories included in bid ?
b) Are Special installation procedures, if any, included [ ] Yes [ ] No [ ] NA
in bid ?

5. a) Is Supervision of installation in Vendor scope ? [ ] Yes [ ] No [ ] NA

b) Is Commissioning in Vendor scope ?


(Extra charges, If any, for the above to be indicated in the bid) [ ] Yes [ ] No [ ] NA

6. Does bid include:

a) Power requirement
b) Spl. Cable requirement
c) Spl. Calibration equipment [ ] Yes [ ] No [ ] NA
d) Spl. tools [ ] Yes [ ] No [ ] NA
[ ] Yes [ ] No [ ] NA
(Extra charges, if any, for the above to be indicated in the bid) [ ] Yes [ ] No [ ] NA

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-A Rev. A Sheet : 2 of 2


Document Title : TECHNICAL QUESTIONNAIRE

(B) GENERAL:

1. Is Customer reference list furnished with bid? [ ] Yes [ ] No


2. Does bid include Calculations/graphs wherever required ? [ ] Yes [ ] No
3. Have Catalogues and relevant Technical literature (all in English) been [ ] Yes [ ] No
enclosed with bid for evaluation ?

C) INSPECTION/CERTIFICATE

1. Has vendor indicated in bid detailed inspection procedures being carried out
by him? [ ] Yes [ ] No [ ] NA
2. Have Extra charges, if any for any special inspection to be carried out (as
specified in Requisition) indicated in bid ? [ ] Yes [ ] No [ ] NA
3. Can vendor furnish certificate from competent authorities as indicated below:
[ ] Yes [ ] No [ ] NA

ITEM CERTIFICATION CODE NAME OF


FOR NO. CERT.
AUTHORITY

a) Explosion proof hsg.


[ ] Yes [ ] No [ ] NA
b) Intrinsic. safe
[ ] Yes [ ] No [ ] NA
c) Weather proof hsg.
[ ] Yes [ ] No [ ] NA
d) IBR approval
[ ] Yes [ ] No [ ] NA
e) Fire Safe Valves
[ ] Yes [ ] No [ ] NA
f) Flame Retardant
[ ] Yes [ ] No [ ] NA
Cables
g) Fire Resistant Cables
[ ] Yes [ ] No [ ] NA
h) Others (pl.specify)
[ ] Yes [ ] No [ ] NA

OTHERS:

VENDOR'S SEAL VENDOR'S SIGNATURE & DATE

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-B Rev. A Sheet : 1 of 1


Document Title : DEVIATION LIST

The Bidder should fill in this form for the deviations of his bid from the requirements as stated in the
Material Requisition. If no deviation is required, Bidder should fill in 'NIL' in the 'Deviation' column.
Bidder shall sign/date and affix his company seal.

SL. DOCUMENT No. REQUIREMENT DEVIATION WITH REASON


No. CLAUSE No.

BIDDER'S COMPANY SEAL BIDDER'S SIGNATURE & DATE

A - ACCEPTED N - NOT ACCEPTED C - CONDITIONAL ACCEPTANCE (SEE ATTACHED SHEET)

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-C Rev. A Sheet : 1 of 1


Document Title : LIST OF COMMISSIONING SPARES

The vendor should state in this form a list of commissioning spares (along with other information asked) which in
his opinion are required for the purpose of commissioning. Vendor shall sign/date and affix his seal to this form.

SL. PART DESCRIPTION QUANTITY UNIT


TOTAL
No. No. RATE *
PRICE *

* CURRENCY:

VENDOR'S SEAL VENDOR'S SIGNATURE & DATE

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-D Rev. A Sheet : 1 of 1


Document Title : LIST OF ONE YEAR SPARES

The vendor should state in this form, List of spares required which in his opinion is essential for one year
operation/maintenance of the supply covered in the material requisition. This form should be duly signed/dated
and seal affixed by Vendor.
SL. PART DESCRIPTION QUANTITY UNIT
TOTAL
No. No. RATE *
PRICE *

* CURRENCY:

VENDOR'S SEAL VENDOR'S SIGNATURE & DATE

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-E Rev. A Sheet : 1 of 1


Document Title : LIST OF SPECIAL TOOLS & TACKLES

The vendor should state in this form list of special Tools and Tackles which are essential for the
regular operation and maintenance of the supply covered in the Material Requisition. This form
should be duly signed/dated and seal affixed by Vendor.

SL. ITEM/DESCRIPTION QUANTITY UNIT TOTAL REMARKS


No. RATE * PRICE *

* CURRENCY:

VENDOR'S SEAL VENDOR'S SIGNATURE & DATE

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-F Rev. A Sheet : 1 of 1


Document Title : LIST OF CONSTRUCTION SPARES, CONSUMABLES,CHEMICALS, LUBRICANTS

The vendor should state in this form List of Consumables and any other items considered essential for
commissioning. Vendor shall sign/date and affix his seal to this form.
SL. ITEM/DESCRIPTION QUANTITY UNIT TOTAL
No. RATE * PRICE * REMARKS

* CURRENCY:

NOTE : QUANTITY INDICATED SHALL BE FOR INITIAL FILL + 6 MONTHS STOCK.

VENDOR'S SEAL VENDOR'S SIGNATURE & DATE

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-G Rev. A Sheet : 1 of 1


Document Title : VENDOR WEIGHT CONTROL DATA SHEET

VENDOR'S SEAL VENDOR'S SIGNATURE & DATE

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-H Rev. A Sheet : 1 of 1


Document Title : EQUIPMENT WEIGHT CERTIFICATE

This form has to be completed by Vendor on whom purchase order is placed.


VENDOR :
CONTACT: REF. DWG. No.
AND PART No.

TEL. NO.:

ORDER No. EQPT No.

METHOD OF WEIGHING: - (e.g Scales, Load cells, etc)


Vendor to prescribe method used.

DATE OF LAST CALIBRATION SPECIFIED


ACCURACY
REQUIREMENT

± %

NOTE:-

RESULT OF WEIGHING
TOTAL EQUIPMENT DRY WEIGHT
(excluding packing, temporary METRIC TONNES
protection etc)

ALLOCATED WEIGHT
(weight estimate agreed by
purchaser and vendor based METRIC TONNES
on order specs).

REASONS FOR VARIATION BETWEEN ALLOCATED WEIGHT AND CERTIFIED WEIGHT:

WEIGHING ADDRESS: WITNESSED BY :

FOR VENDOR FOR PURCHASER

Representative. Representative.

Signature. Signature.

Date:

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-I Rev. A Sheet : 1 of 3


Document Title : VENDOR DATA SCHEDULE

Item being purchased with this Requisition is referred here in Form-I as Equipment.

This form indicates the drawings and documents required with the proposal, approval and final
documents. The detailed vendor document control index shall be submitted as per attached format.
Bidder shall confirm that the total number of days indicated in schedule column are adequate to
furnish the information requested. (Example: D + 7 indicate 7 days after Purchase order / Letter of
Intent is mailed to Vendor).

The Vendor shall meet target dates of drawing / document submission.


All drawings must be in sufficient details to layout the equipment, locate drives, foundations and
supports. Wherever applicable, approved drawings must show component removal distances and space
required for maintenance. Units shall be in the Metric/SI system unless otherwise specified. All drawings
shall be complete with Equipment No., P.O. No. and Contract No.
Vendor shall furnish all final record documents in the form of soft copies (CD) in addition to the required no.
of hard copies. All drawings shall be made on using latest version of Autocad and shall be submitted as
hard copies.
D: Date of Purchase order / P : Print
Date of Letter of Intent S/R: Soft Copies / Plastic reproducible
A: Date on which drawings “Approved for
Construction” are mailed to Vendor
Reqd. Required after LOI / Purchase Order
For approval Certified Final
Engineering Data With
Quantity Schedule Quantity Schedule
Bid
P S/R (Days) P S/R (Days)

1. Monthly progress report - - - - - - -


2. Manufacturing & Delivery schedule - 8 - D+21 - - -
3. Mechanical Design Calculations - - - - -- - **
4. Sizing Calculations 3 8 - D+21 10 2 **
5. Dimensional outline and orientation drawing of the - - - - - - **
whole Equipment with weight data and COG
calculation
6. Cross sectional drawing of the Equipment with 3 8 - D+21 10 2 **
parts list
7. Catalogues / Leaflets / Technical literature for all 3 8 - D+21 10 2 **
main and Auxiliary Equipment
8. Control details for complete package (as - - - -- - -- **
applicable)
9. P&IDs - - -- - - - -
10. Functional design specification - - - - - - -

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-I Rev. A Sheet : 2 of 3


Document Title : VENDOR DATA SCHEDULE

Reqd. Required after LOI / Purchase Order


For approval Certified Final
Engineering Data With
Quantity Schedule Quantity Schedule
Bid
P S/R (Days) P S/R (Days)

11. Installation and operating manual - - - - 10 2 **


12. QA / QC plan - 8 - D+21 10 - **
13. Hydro test / Leak test procedures - 8 - D+21 10 - **
14. Radiographic test reports - 8 - * 10 - **
15. Heat treatment charts annealing diagrams, stress - 8 - * 10 - **
relief charts (as applicable)

16. Material test certificates - 8 - * 10 - **

17. Inspection / Test reports - 8 - * 10 - **


18. FAT and SAT procedure - 8 - D+21 10 2 **
19. Utility requirement 3 8 - D+21 10 - **
20. Weatherproof rating certificate - 8 - D+21 10 - **
21. Safety certificate (for Electrical Hazardous area) - - - - - - **
22. Performance test / calibration reports - 8 - * 10 - **
23. Welding procedures and welders qualification - 8 - * 10 - **
records
24. Spare parts catalogue - 8 - D+21 10 2 **
25. Packing and preservation procedure 8 - D+21 10 2 **
26. List of sub-vendors - 8 - D+21 10 - **
27. Filled forms A to I 3 8 - D+21 10 - **
28. Instrument Index - - - - - - -
29. Specification and data sheets 3 8 - D+21 10 2 **
30. Instrument process - Hook-ups - - - - -- - **
31. Instrument loop drawings - - - - - - **
32. System block diagram - - -- - - -- -
33. System architecture drawing - - - - - - -
34. Panel wiring diagram - - - - - - -
35. System grounding diagram - - - - - - -
36. Cable schedule and Junction box wiring diagram - - - - - - -
37. Logic diagrams - - - - - - -

PC0PRP7002-00
Specification

Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO.: PRP-VII-APG-INS-RFQ- 0006

Document No. : FORM-I Rev. A Sheet : 3 of 3


Document Title : VENDOR DATA SCHEDULE

Reqd. Required after LOI / Purchase Order


For approval Certified Final
Engineering Data With
Quantity Schedule Quantity Schedule
Bid
P S/R (Days) P S/R (Days)

38. Mod-bus address list for serial communications - - - - - - -


39. Lube. recommendation and schedule - - - - - - -
40. Terminal point schedule (Part of G.A. drawing) - - - - - - -
41. Filled up Mechanical datasheet & Performance - - - - - - -
curve

NOTES :-
1 * Indicates at INSPECTION stage.
2 ** Indicates part of Final Dossier to be submitted 1 week after despatch of Equipment

PC0PRP7002-00
Project No./Title : PIPELINE REPLACEMENT PROJECT - VII

REQN FOR: MULTIVARIABLE TRANSMITTER &


FLOW COMPUTER REQUISITION NO. PRP-VII-APG-INS-RFQ-0006

Document No. : FORM-K Rev. A Sheet : 1 of 1

Document Title : UTILITY REQUIREMENT

The vendor should state in this form List of Utilities required for start-up operation, normal operation, shutdown and
emergency including power consumption and Lubricant Schedule. Vendor shall sign/date and affix his seal to this form.
ITEM /
SL. SHUTDOWN / CONTINUOUS /
DESCRIPTION & UTILITY NAME UNITS START-UP NORMAL
NO. EMERGENCY INTERMITTENT
TAG NO

NOTES :

1.
2.

VENDOR'S SEAL VENDOR'S SIGNATURE & DATE

PC0PRP7002-00 Page 1 of 1
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 1 of 43

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 2 of 43

CONTENTS
PAGE
SECTION ITEM
NO.
3.6.1 SCOPE OF THIS DOCUMENT 3
3.6.2 PURPOSE OF INSTRUMENTATION 3
3.6.3 Standards And Specifications 3
3.6.3.1 Codes and standards 3
3.6.4 INSTRUMENTATION SYSTEM PHILOSOPHY 9
3.6.4.1 Instrument philosophy 9
3.6.4.2 Instrument power supply systems 14
3.6.4.3 Instrument earthing system philosophy 15
3.6.4.4 Equipment protection philosophy 15
3.6.4.5 Instrument material selection philosophy 15
3.6.4.6 Instrument installation philosophy 17
3.6.4.7 Instrument inspection & testing philosophy 21
3.6.4.8 Instrument spares philosophy 23
3.6.4.9 Philosophy for future facilities 25
3.6.5 INSTRUMENT PROCESS CONNECTIONS 25
3.6.6 GENERAL REQUIREMENTS 25
3.6.6.1 Tagging and nameplates 25
3.6.6.2 Documentation 26
3.6.6.3 Review and approval 30
3.6.6.4 Vendor Selection / Pre-Qualification 30
3.6.6.5 Preparation for shipment 32
3.6.6.6 Receipt and storage 33
Annexure I Deleted -
Annexure II Deleted -
Annexure III Test and Calibration Form 34
Annexure IV Pneumatic Instrument Branching Connections 35
Annexure V Form B - Compliance to Bid Specifications 36
Annexure VI Form C – List of Commissioning Spares 37
Annexure VII Form D – List of One Year Spares 38
Annexure VIII Deleted -
Annexure IX Label Details for Instruments / Systems handling H2S 39
Annexure X Instrument Process Connection 40,41

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 3 of 43

3.6.1 SCOPE OF THIS DOCUMENT:


This document defines the design criteria for the instrumentation and control system
envisaged for the off-shore platforms / packaged equipment / Free issue materials
(FIM) etc., for design, selection, testing, installation and commissioning of the
instrumentation systems for the project as applicable.
3.6.2 PURPOSE OF INSTRUMENTATION:
The purpose of instrumentation is to provide a system such that all the required
information / data / signal in the desired form and place are available and they work
for safe monitoring, controlling and operation of the process and associated systems
and to make the required information available at control & monitoring centers as
envisaged in the scope of work in required form, following the Basic Bid Work,
data sheets, P&ID, Instrumentation scope of work and the Functional Specifications
of the tender document.
3.6.3 STANDARDS AND SPECIFICATIONS
3.6.3.1 CODES AND STANDARDS:
Latest editions of the codes enlisted below shall be followed as applicable:
American Gas Association (AGA)
AGA Report No. 3 Orifice Metering of Natural Gas
AGA Report No. 7 Measurement of Gas by Turbine Meters
AGA Report No. 8 Compressibility and Super-compressibility for Natural Gas
and other Hydrocarbons.
AGA Report No. 9 Measurement of Gas by Multi-path Ultrasonic Meters
AGA Report No. 10 Speed of Sound in Natural Gas and Other Related
Hydrocarbon Gases
AGA Report No. 11 Measurement of Natural Gas by Coriolis Meter
American National Standards Institute (ANSI)
ANSI B 2.1 Pipe Threads
ANSI B 16.5 Steel Pipe Flanges, Flanged Valves and Fittings
B 16.10 Face to Face and End to End Dimensions of Ferrous Valves
B 16.34 Hydrostatic body and leak testing of isolation valves.
B 16.36 Orifice Flanges
B 16.37 Hydrostatic Testing of Control Valves
B 16.104 Control Valve Testing
08
FCI 70.2 Seat Leak Testing of Control Valves

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 4 of 43

ANSI C 96.1 Temperature Measurement Thermocouples


ANSI B 1.20.1 Pipe Threads, General Purpose
American Petroleum Institute (API)
API RP 2A Recommended Practice for Planning, designing and
Construction of Fixed Offshore Platforms
API 6A Specification for Wellhead and Christmas Tree Equipment
API 6D Specification for pipeline valves
API 6FA Fire Test for Valves
API RP 14C RP for Analysis, Design, Installation and Testing of Basic
Surface Systems on Offshore Production Platforms.
API RP 14F RP for Design and Installation of Electrical Systems for
Offshore Production Platforms
API RP 14G RP for Fire Prevention and Control on Open Type Offshore
Production Platforms
API-RP 17-A Design and operation of Sub-Sea production System
API-RP 17-D Specifications for Sub-Sea Well Head and Christmas Tree
Equipment.
API-RP 17 ISO 13628-5: Sub-Sea Production and Control Umbilical.
Design and operation of Subsea production systems – Part- 5
- Sub-Sea umbilicals.
API-RP 17-I Installation guidelines for Sub-Sea Umbilicals.

API Chapter 21.1 Flow Measurement Using Electronic Metering Systems.


API RP 86 Measurement of Multiphase flow
API RP 505 Recommended Practice For Classification Of Locations For
Electrical Installations At Petroleum Facilities Classified As
Class I, Zone 0, Zone 1 and Zone 2.
08 API RP 520 Part -1 and Sizing, Selection, and Installation of Pressure-relieving
Part-2 Devices Part I- Sizing and Selection, and Part II Installation.
API RP 521 Guide for Pressure Relief and Depressing Systems
API RP 526 Flanged Steel Safety Relief Valves
API RP 527 Commercial Seat Tightness of Safety Relief valves with
Metal to Metal Seats
API RP 551 Process Measurement Instrumentation
API RP 552 Transmission Systems
API RP 554 Process Instruments and Control

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 5 of 43

API RP 555 Process Analyzers


API 598 Valve Inspection and Testing
API Standard 2000 Venting Atmospheric and Low Pressure Storage Tanks: Non-
refrigerated and Refrigerated.
API RP 2001 Fire Protection in Refineries
API MPMS API Manual of Petroleum Measurement Standards
Chapter 4 – Proving
Chapter 5 – Metering
08 API MPMS 5.8 MPMS Chapter 5.8 Measurement of Liquid Hydrocarbons by
Ultrasonic Flow Meters
API MPMS 21.1 Flow Measurement Using Electronic Metering Systems
Section 1 - Electronic Gas Measurement -
API MPMS 22.2 Manual Of Petroleum Measurements Standards Chapter 22 -
08 Testing Protocol Section 2 - Differential Pressure Flow
Measurement Devices.
API MPMS 12 Calculation of Petroleum Quantities
American society of Mechanical Engineers (ASME)
ASME PTC 19.3 Performance Test Code Temperature Measurement
ASME Section VIII Sizing and Selection of Pressure Relief Valves
American Society for Testing and Materials (ASTM)
ASTM A269 Stainless Steel Tube
ASTM A276.316L Stainless Steel Fittings
ASTM 370 Standard Test methods and definitions for Mechanical Testing
of steel products
ASTM 450 General Requirements for Carbon, Ferritic Alloy, and
Austenitic Alloy Steel Tubes
ASTM F 1387 Standard Specification for Performance of Piping and Tubing
Mechanically Attached Fittings.
ASTM G48 Pitting and Crevice Corrosion Resistance of Stainless Steel.
British Standards
BS 1904 Specification for industrial platinum resistance thermometer
sensors
BS 4937 International Thermocouple Reference Tables
BS 5501 Electrical Apparatus for Potentially Explosive Atmospheres
BS EN 60529 Specification for degrees of protection provided by enclosures

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 6 of 43

(IP) codes

BS EN 12874 Flame Arrestors


International Electro technical Commission (IEC)
IEC STD 801 Part 3 – EMI and RFI Immunity
IEC 60079 – 11 Explosive atmospheres – Part 11: Equipment protection by
intrinsic safety “I”
IEC 60092-373 Shipboard flexible coaxial cables
IEC 60092-359 Specification for insulation and sheath of electric cables
IEC 60227 Polyvinyl chloride insulated cables of rated voltages up to and
including 440/750 V
IEC 60331 Fire resisting characteristics of electric cables
IEC 60332-1 Tests on electric cables under fire conditions Part I: Tests on
single vertical insulated wire or cable
IEC 60332-3 Tests on electric cables under fire conditions Part II: Tests on
single small vertical insulated copper wire or cable
IEC 61508-1-7 Functional safety on electrical / electronic / programmable
electronic safety-related systems
IEC 61511 Part-1 to 4 Functional safety – Safety instrumented systems for the
process industry sector
IEC 61000-4-2 Electromagnetic Compatibility (EMC) – Part 4: Testing and
Measurement Techniques – Section 2: Electrostatic Discharge
Immunity Test
IEC 61000-4-3 Electromagnetic Compatibility (EMC) – Part 4: Testing and
Measurement Techniques – Section 3: Radiated, Radio-
Frequency, Electromagnetic Field Immunity Test
IEC 61131-3 1993 Programmable Controllers – Part 3: Programming
languages
IEC 654-4 1987 Operating Conditions for Industrial – Process Measurement
and Control Equipment (Part 4).
Institute of Electrical and Electronic Engineers (IEEE)
IEEE STD.472 Surge Withstand Capabilities
IEEE C37.90.1 Standard Surge Withstand Capability (SWC) Tests for
Protective Relays and Relay Systems
IEEE 730 Standard for Software Quality Assurance Plans Revision of
IEEE Std 730-84 and Re-designation of IEEE 730.1-89; IEEE
Computer Society Document
IEEE 828 Standard for Software Configuration of Management Plans

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 7 of 43

IEEE 1042 Guide to Software Configuration management IEEE


Computer Society Document
Instrumentation Systems and Automation Society (ISA)
ISA 5.1 Instrumentation Symbols and Identification

08
ISA 5.4 Instrument Loop Diagrams
S 7.0.01 Quality Standard for Instrument Air
ISA/ANSI-S 84.01 Application of Safety Instrumented Systems for the Process
Industry
ISA RP 12.4 Instrument purging for reduction of Hazardous area
Classification.
ISA RP 12.6 Installation of intrinsically safe Instrument systems in Class-I
Hazardous locations.
ISA RP 42.00.01 Nomenclature for instrument tube fittings
ISA S 50.02 Fieldbus Standard For Use In Industrial Control Systems Part
08
2: Physical Layer Specification And Service Definition.
ISA RP-60.1 Control Center Facilities.

ISA RP-60.2 Control Center Design, Guide and Terminology

ISA RP 60.4 Documentation for Control Centers

ISA RP 606 Nameplates, Labels & Tags for Control Centers

ISA RP 51.1 Process Instrumentation Terminology


ISA S 12.13.01 Part-I: Performance Requirements, Combustible Gas
Detectors
Part-II: Installation, Operation and Maintenance of
Combustible Gas Detectors
ISA S 15 01 Part I: Performance Requirements, H2S Gas Detection
Instruments
Part II: Installation, Operation and Maintenance of H2S Gas
Detection Instruments
ISA S 71.01 Environmental Conditions for Process Measurement and
Control Systems: Temperature and Humidity
ISA S 71.04 Environmental Conditions for Process Measurement and
Control Systems: Airborne contaminants
ISA 75.01.01 Flow equations for sizing control valves
ISA 75.02.01 Control Valve Capacity Test Procedures
ISA 75.08.01i Face to Face Dimensions for Integral Flanged Globe Style
Control valve bodies

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 8 of 43

ISA 100.11A Wireless Systems For Industrial Automation: Process Control


And Related Applications
International Organization for Standardization (ISO)
ISO 5167 PART 1 Measurement of fluid flow by means of pressure differential
devices inserted in circular cross-section conduits running full
- Part 1: General principles and requirements
ISO 5167 PART 2 Measurement of fluid flow by means of pressure differential
devices inserted in circular cross-section conduits running full
- Part 2: Orifice plates
ISO 5167 PART 3 Measurement Of Fluid Flow By Means Of Pressure
Differential Devices Inserted In Circular Cross Section
Conduits Running Full - Part 3- Nozzles And Venturi
Nozzles
08
ISO 5167 PART 4 Measurement Of Fluid Flow By Means Of Pressure
Differential Devices Inserted In Circular Cross Section
Conduits Running Full - Part 4-Venturi Tubes
ISO 5167 PART 5 Measurement of fluid flow by means of pressure differential
devices inserted in circular cross-section conduits running full
- Part 5: Cone meters
ISO/TR 12748 Wet gas flow measurement in natural gas operations
ISO/TR 11583 Measurement of wet gas flow by means of pressure
differential devices inserted in circular cross-section conduits
ISO 13628-5 Petroleum and natural gas industries -- Design and operation
of subsea production systems -- Part 5: Subsea umbilicals
ISO 17089 Part-2 Measurement of fluid flow in closed conduits — Ultrasonic
meters for gas—Part 2: Meters for industrial applications
National Association of Corrosion Engineers (NACE)
NACE MR 01-75 Sulfide Stress Cracking resistant metallic materials for oilfield
equipment
National Electrical Manufacturers Association (NEMA)
National Electric Code (NEC)
National Fire Protection Association (NFPA)
NFPA 70 National Electrical Code
NFPA 1 Fire Protection Code
NFPA 72 E Automatic Fire Detectors
NFPA 496 Standard for Purged and Pressurized Enclosures for Electrical
Equipment

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 9 of 43

INTERNATIONAL TELECOMMUNICATION UNION


ITU-T Recommendation Definition and test methods for the relevant parameters of
G.650 single-mode fibres.
ITU-T Recommendation Characteristics of Single Mode Fibre
G – 652
ITU-T Recommendation Characteristics of a non-zero dispersion shifted single-mode
G – 655 optical fibre cable.
ITU-T Recommendation Characteristics of a fibre & cable with non-zero dispersion for
G – 656 wide band optical transport.
SAE: Society of Automotive Engineers.
Specifications for Tests and Procedures for Hose and Hose
SAE J-343
Assemblies.
Other Bodies
08 Norsok Standards – U-CR-006 Sub sea Production Control Umbilical
DIN Standards: DIN 3381: Safety Devices for gas supply installations, pressure relief
governors and safety shut off devices.
Engineering Equipment Materials Users Association (EEMUA) publication No. 191,
Alarm Systems – a Guide to Design Management and Procurement
All goods and services supplied shall meet all applicable local and international
regulations on health, safety and environmental issues.
Note: In case of a conflict among various standards, the most stringent standard shall be
followed.
3.6.4 INSTRUMENTATION SYSTEM PHILOSOPHY:
3.6.4.1 INSTRUMENT PHILOSOPHY:
3.6.4.1.1 All the offered instruments / equipment or equipment of similar design
manufactured shall have been:
a) Type tested by the accredited authority.

08
b) Of latest Proven Design. (In continuous satisfactory service on offshore
Platform / facility for a minimum period of two years).
c) Instruments, bulk materials, accessories etc., shall conform to the various
relevant Functional Specifications issued.
d) The criteria, guideline and specifications do not absolve the vendor
/contractor/package of his responsibilities of providing the instruments with all
necessary hardware, cards and accessories for proper measurement & display
at field / control room, computation, power supplies, transmission of data /
signals for proper operation and for the intended purpose.
e) OIML Certification shall be furnished where the measurements are for custody
transfer applications.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 10 of 43

3.6.4.1.2 Field Instruments:


a) On Well-Head Platform with solar power, field Instruments connected to
Well-Head Control Panel / Test Separator Control Panel shall be Pneumatic,
unless otherwise specified in the scope of work for the project. Other
instruments connected to RTU for remote monitoring & control applications /
remote telemetry / data gathering, shall be electronic SMART type. The
instruments used in monitoring loops shall be as per the scope of work.
b) On well head platforms with power available through composite cable, field
instruments for well monitoring & control shall be electronic type with
SMART technology. The instruments used in monitoring loops shall be with
Foundation Field Bus technology and those used for control loops shall be
with HART communication protocol.
c) On process platform, instruments connected to the Control Room and Unit /
Remote Control Panels located in safe areas shall be electronic ‘SMART’ type
with HART communication protocol.
d) On well head platform Foundation Field Bus based instrumentation shall be
08 used for monitoring purpose. HART communication protocol based
instruments shall be used in control loops.
e) On well head / process platforms wireless technology based electronic
instruments shall be used for monitoring purpose if specifically mentioned in
the scope of work for the project.
f) In general final control elements at field (located in the hazardous area) shall
be pneumatic type. Hydraulic / Electric actuators shall be provided where
specified in the bid scope of work.
g) In an effort to provide standardization, it is the contractor’s responsibility to
ensure that the various equipment / package sub-vendors supply the same type
and make of instruments and accessories. Vendor shall be responsible for
complete design, sizing installation and workability of the systems. All
08
specifications (including PS), along with relevant calculation / sizing sheet
shall be submitted by the vendor for company’s approval. All instruments /
accessories shall be installed in a neat workmanlike manner for ease of
operation and maintenance.
h) Instrument ranges shall be selected such that the normal operating point is
between 30% and 70% of the instrument range.
i) Universal type Hand-held Intrinsically Safe calibration / configuration units
08 (with HART communicator) shall be supplied to enable online diagnostics,
configuration or calibration of electronic instruments from any point in the
loop.
3.6.4.1.2.1 Pneumatic Field Instruments:
a) The instrument air supply shall conform to ISA S7.0.01 “Quality Standard for
Instrument Air”.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 11 of 43

b) Piping and branch connections shall be as per ANNEXURE IV attached in this


document.
c) Each pneumatic instrument supply shall be provided with independent filter
regulator. For pneumatic instruments, dry instrument gas / air supply shall be
as follows:
i. 5.5 Kg/cm2 g (min.)
ii. 7.5 Kg/cm2 g (nor.)
iii. 10.5 Kg/cm2 g (max.)
d) All related equipment shall be suitable for operating in the above-specified
range.
e) For pneumatic analog control applications, the actuating signal range shall be
0.2 to 1 Kg/cm2g.
f) For pneumatic on-off applications (i.e. for valves), the actuating signal shall be
0 or 5.5 Kg/cm2g however the logic signal shall be 3.5 Kg/cm2g.
g) On ‘sour gas’ platforms, specified with “Electro hydraulic system”, the
hydraulic power shall be utilized for control, logic and actuation to the extent
envisaged in the project scope of work and its P&IDs.
3.6.4.1.2.2 Electronic Field Instruments:
a) Electronic transmitters shall be 24 V DC loop-powered ‘type’ with 4 –20 mA
SMART signal. Electronic Transmitters shall have integral LCD display.
08 Where this is not possible, a suitable separate local loop indicator shall be
provided. Display unit external to the meter shall be additionally intrinsically
safe. All field transmitter enclosure shall be dual chamber type.
b) Where Process switches are required for alarms and trip, the instrument shall
08 be a transmitter with 4-20 mA signal to CCR where the alarm / trip signals
will be generated for the purpose in ESD PLC subsystem.
c) Local electrical control and field alarm switches shall be hermetically sealed 2
x SPDT / DPDT Micro Switch. Unless otherwise specified, the field switches
08
shall be rated for 110 V AC - 5 Amps / 24 V DC - 2 Amps. Proximity
switches shall be provided for valve status indication in CCR.
d) Package Vendors shall note that the entire process platform control and
monitoring shall be through Distributed Control System (DCS). Necessary
serial / digital communication interfaces, isolated 4-20 mA DC (load
resistance minimum 500 ohms), isolated dry contacts etc. signal from UCP /
packaged system / controls system to DCS shall be provide by the vendor, as
per the scope of work, for integrating the package instrumentation to the DCS,
for centralized monitoring , data / alarm / event logging, trending etc.
e) Unless otherwise specified in the scope of work for the project, Signals for
08 remote telemetry unit shall be isolated 4-20mA DC for analog loops or dry
contacts or isolated pulse signals as relevant to the service. These signals shall

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 12 of 43

be terminated in RTU marshalling panel and shall be made avaible in the


RTU.
3.6.4.1.2.3 Control Room Instrumentation:
a) Control Room containing the DCS and other standard Control panel
Instrumentation shall have the air quality as per ISA 7.0.01 – 1996 standards.
b) All instrument panels and cabinets in the safe area (Control room, switchgear
room, and pressurized rooms) shall be ‘general purpose’ enclosures with IP 42
protection.
c) All signals to and from the Central Control Room shall be electric / electronic.
The standard signal shall be ‘SMART’ analogue 4-20 mA using 2-wire
system, standard thermocouple, RTD output, and / or suitable pulse signal.
Hart maintenance system shall be supplied with HMI console wherever DCS
is being supplied for the platform.
d) Control Room Instrumentation shall primarily be Micro-Processor based.
e) The DCS and PLCs (including SIS systems) shall be rated to perform, without
being de-rated, in conditions arising out of absence / failure of the HVAC, in
08 the control room / controlled atmosphere, for at least 8 Hours. Temperature
may rise to 60 degree Centigrade in rooms housing the panels and cabinets.
f) In order to remove dissipated heat effectively from each of the cabinets /
panels housing the electronic cards, controllers and PLCs, suitable ventilation
shall be provided by means of fans at least two ventilation fans and louvers.
g) Unless otherwise specified, Control panels (UCP, RCP, DCS system cabinet /
panels, F&G, ESD) as indicated in the Basic Bid Work & Related
Specifications shall be microprocessor based. Local panels for the packaged
equipments in skid / module battery limit shall be suitable for the “area
classification”. On platforms with processing facilities, a Distributed Control
System (DCS) shall be provided for monitoring and controlling the process,
and for generating alarms in case of process upsets. DCS in the Control Room
shall in general be OPC enabled and shall be equipped with “firewall” against
communication / access from outside. OPC requirements are specified in the
Functional Specifications for DCS.
h) All Platforms shall have Fire & Gas Detection System (FS-3500 Scheme A or
B as per the requirement), initiating the FSD signal for platform shutdown in
case of fire. Fire, HC gas and H2S detection system shall conform to the
Functional Specification for Fire & Gas Detection System (FS-3500).
08
i) Portable Gas Detectors (quantity as per the basic bid work) shall be provided
for each of the unmanned platforms for the operating and maintenance
personnel.
j) H2S Detector where used in Living quarters shall have range not exceeding 0
to 10 ppm.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 13 of 43

k) For Control Room instrumentation, all the system cabinets for DCS, PLC,
RCP, Fire & Gas etc., shall be free standing cubicles with standard dimensions
of 800 mm depth. Rear door opening with clear working space of 1000 mm
behind the panel shall be provided for maintenance purpose. Marshalling racks
and third party control panels (UCP, RCP etc., which may have mounted
instruments on the panel front) however shall be preferably 1200 mm width &
800 mm depth for maintaining the dimensional aesthetics in the control room.
l) UCP (Unit Control Panels), mounted with packaged equipments or in
equipment room, shall be free standing, preferably individual panel for each of
the equipment or as a bank of interconnected panels common with walkway or
otherwise as per the equipment package vendor’s standards and bid
requirements. Vendors may provide the Control Panels (i.e., Unit Control
Panels) for the packaged equipments in the dimensions that are as a part of
standard supply in their job orders. However provision shall be made in the
UCP to provide facility to communicate all the electronic signals like DI, DO,
AI, AO etc., from this panel to the DCS (or any HMI / control system located
in the control room) by way of a communication port (serial interface as a
minimum) for ‘monitoring’.
m) All instruments, accessories, lamps, push button etc. shall be housed in these
panels in a logical fashion for easy operation monitoring and maintenance. No
instruments / components in panel front shall be located below 750mm. each
instrument shall have a name plate below them in rear and front indicating the
instrument tag number and service. Lamp test button shall be provided to
verify the working of the lamp.
n) For Well Head Platforms, if PLC based control system is envisaged for remote
monitoring and control on well head platform, then contractor shall provide
OPC enabled system in HMIs in well head platform end, (or on the Process
platform end if composite cable is provided between platforms), for
communication with other system(s). Communication shall be preferably
Ethernet based and not on "proprietary" protocols. HMI / MTU at process
platform shall be OPC enabled for data transfer and connectivity to DCS /
SCADA. If PLC communicates on proprietary protocols, then “in built” OPC
enabling is mandatory for that system. (PLC shall be OPC enabled for reading
writing into it from DCS / SCADA, with secure communication).
o) PLC system of well platform shall also have additional interfaces such as RS
485/Ethernet with TCP/IP & Modbus protocols for communication with other
supervisory systems.
p) PLC shall be suitable for operating in temperature range of 0o C to 60o C and
in Relative humidity of up-to 99%.
q) On Process Platform and on Well Head Platform, all the electronic cards
(CPU, Controllers, I/O cards, Power Supply cards, Communication cards,
08 etc.,) in DCS, OPC servers, ESD PLC, F&G PLC, F&G Controller cards,
HIPPS system, UCP and Packaged Equipment Control Panel shall be
compliant to All Electronic cards shall be G3/ GX compliant with conformal

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 14 of 43

protective coating [(Harsh environment) requirements as per ISA S-71.04


Table 3 / Class 3 (Heavy Contamination) requirements as per 645-4 IEC /
equivalent national or international standards.
3.6.4.1.2.4 Safety Instrumented System:
The following safety systems shall be provided:
1) Emergency shutdown (ESD) System: The ESD system shall initiate
process shutdown in case of abnormal condition of the specified process
parameter.
2) The F&G system: The F&G system shall initiate appropriate emergency
actions upon detection of appropriate level of hydrocarbon and/or H2S,
and, fire shutdown (FSD) upon ‘accumulation’ or fire. On unmanned
platforms, detectors, fusible plugs and FSD / ESD stations (Pneumatic /
Electric) shall be provided with Control cards / PLC as per the scope of
work. On the manned platforms (Process Platforms) fire and gas detectors
shall be connected to a PLC based Fire and Gas detection System, and the
PLC shall be a SIL 3 certified safety PLC. Various alarms and actions
shall be initiated by the F&G system on occurrences of gas leaks / fire /
etc in various areas of the platforms. The system shall conform to
Functional Specification FS-3500.
3) Manual ESD & FSD Stations: The ESD & FSD stations shall be
provided at all strategic locations on the platform for manual initiation of
ESD and FSD. All the ESD / FSD stations shall be located in places
which are accessible on main walkways and stairs, and provided with
Acrylic covers to prevent accidental actuations.
4) HIPPS system wherever specified in the Basic Bid Work for pipeline
protection & integrity shall be provided.
a) All shutdown and alarm switches shall be “Fail Safe” and the targeted
abnormal conditions shall cause a loss of actuating signal to the final control
element.
b) Parameters used for shutdown shall be sensed by independent / individual
sensors at independent tapping points. Such sensors and tapping points shall
not be shared by any other loop.
c) Pulse operated SOV shall not be used in the critical loops / shut down loops.
Where proposed for use in the non critical loops, the SOV loop shall be
monitored by the PLC system in its diagnostics with alarm indication for the
‘health’ of the SOV.
3.6.4.1.2.5 Optical Communication Cable: For communication across the platforms -
Unmanned Platform to Process / main Platform.
a) The optical fibre cable in composite cable shall have high strength, low loss
and should be designed to meet both mechanical, optical requirement and shall
be suitable for laying up to 100 meters of water depth. The cable shall be fire
retardant, chemical resistant, termite & rodent proof, moisture proof.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 15 of 43

b) Unless otherwise specified in the basic bid work, the optical fibre Cable shall
be corrugated steel tape armored comprising of minimum of 12 nos. single
mode fibres, complying with ITU-T-G-652/655/656 suitable for working in
the applicable wavelength region and shall be suitable for under-sea laying as a
part of the composite cable (refer FS – 4020 Sub-Sea Composite Cable). In addition
to the single mode fibres above, a minimum of 4 nos. fibres shall be part of the
cable conforming to ITU – T – G – 655 / 656 specifications for optical
wideband transport. Number of fibres of each kind and their construction shall
be selected so as not to load the individual fibres beyond 50% of their
bandwidth capacity, and 50 % of the number of each type of fibres shall be
available spare in the cable for future use.
c) The optical fibre shall be encapsulated in steel tube or armored during normal
handling which shall be filled with jelly to provide high degree of protection
from pressure and impact. Adequate free length of optical fibre shall be
provided to offset longitudinal stress.
d) Suitable material, like high density polyethylene, shall be used to protect
optical fibre from abrasion. Optical fibre shall be protected from water ingress
and shall have adaptable ‘ohmic’ resistance. Splicing and preparation of
optical fibres for termination shall be done with standard and approved /
certified equipments. All optical fibre cores coming shall be first terminated at
fibre termination cabinet. Terminals and adapters used shall conform to the
relevant specifications. Patch cable / extension cable from the Splitter JB (first
terminal box) to the terminal equipment (PLC cabinet / DCS cabinet / etc.)
shall be redundant, routed separately and adequately protected against physical
damage. Each fibre within the cable shall be uniquely colored and tagged for
identification.
e) Optical equipment for end-to-end communication shall be provided in a
redundant fashion. These shall be a part of the PLC / Control system for
communicating the ‘tags’ / ‘parameters’ from the unmanned platforms to the
main / process platform and also achieve control from the main platform as
described in the basic bid work. These systems shall be scalable and modular.
Suitable Fibre Optic interface modules / communication modules, standard
connectors, switches, network components and cross connect as required per
scope of work and specifications shall be provided for effective connectivity.
3.6.4.2 INSTRUMENT POWER SUPPLY SYSTEMS:
3.6.4.2.1 Pneumatic Supply:
a) For Pneumatic Instruments, dry instrument gas / air supply shall be as per
Clause 3.6.4.1.2.1 above.
b) Hydraulic power supply shall be as per the relevant Functional Specifications
for hydraulic systems envisaged on the platform.
3.6.4.2.2 Electric Power Supply:
a) Components of power supply system shall be of the highest available quality
for reliability and long service life.
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 16 of 43

b) Platform contractor will provide the power supply for all the instrumentation
power requirements from un-interruptible power supplies. i.e., field
instruments, control panels, DCS, F&G system, ESD system, control room
instrumentation, etc.
c) Power distribution to each consumer shall be through proper, independent
switch and fuse units. Protective fuses shall be of indicating cartridge type
mounted in fuse holders. Dual redundant power supply units shall be fed from
different power distribution boards. Where dual redundant power supply in
cards / modules / sub-systems is specified, the supply shall be fed from
different power supply units.
d) In general, the following Power Supplies shall be used:
1.0 For Process Platforms:
1.1 220 / 110V AC + 5%, 50Hz + 1% (UPS with ‘Maintenance free’
Battery Back-up) for all Instrumentation & Control System(s), (i.e.,
08
DCS, PLC, F&G, UCP, etc.). However, same instruments /
modules / packages using the UPS supply shall be suitable for 110
V + 10% AC, 50 Hz + 3%.
1.2 24V DC + 5% as applicable for field instruments, interrogation
voltage (Logic / Interlock systems), Solenoid valves, Detectors in
Fire & Gas system, etc. This voltage may be derived from the ‘110
V AC' UPS voltage by the respective system vendors in their
system panels, for use.
1.3 F&G system shall have floating power supply (with its ‘–ve’ not
earthed).
1.4 Non UPS power 110 VAC / 240 V AC 50 Hz, for level gauge
illumination and panel interior lighting.
1.5 230 V AC + 5%, 50Hz + 1% (Non UPS Utility Power) for
maintenance activities, miscellaneous requirements, Utility sockets,
etc.
2.0 For Well Platforms / Well Head Platforms / Unmanned Platforms:
2.1 24V DC + 5% Battery Negative earthed for Instruments, Logic /
Interlock system, solenoid valves, Fire and Gas system and status
lamps.
08
2.2 F&G system shall have floating power supply (with its ‘–Ve’ not
earthed).
2.3 Independent battery back-up shall be considered for 6 hours of
operation of F & G System for platform on FSD.
e) For details of electric supply system, refer Electrical Scope of work and
Electrical Design Criteria.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 17 of 43

f) Any other voltage levels required by packaged vendor shall be obtained /


converted and distributed within his system battery limit from above supply, in
his modules & panels as part of his scope of work.
3.6.4.3 INSTRUMENT EARTHING SYSTEM PHILOSOPHY:
Three separate earthing systems shall be provided
a) Electrical Safety Earth – Bonded to the site structure and utilized for electrical
safety of metal enclosures and chassis on all instruments and electrical
components.
b) Instrument Clean Earth – Insulated from the site structure and other metal
work utilized for instrument cable screens and bonded to the main electrical
earthing system at a single point. Electronics in the Instrument shall be
insulated from the metal work.
c) Intrinsically Safe Earth – Insulated from the site structure and other metal
work, utilized for termination of IS active barrier earth connections, and
bonded to the main electrical earthing system at a single point.
3.6.4.4 EQUIPMENT PROTECTION PHILOSOPHY:
3.6.4.4.1 Environmental Protection:
a) All instruments / equipment and installation material shall be suitable for the
overall climatic conditions (specified in the Basic Bid work), the position
within the installation and the local environment, with particular attention to
site ambient conditions. The conditions will include exposure to
Hydrocarbons, H2S (in case the process fluid is sour), moist salt laden
atmosphere, sea spray, sunlight, monsoon rainfall, temperature, humidity,
wind, fungal growth, vibration and shock, EMI and RFI. All equipment shall
also be able to withstand these conditions during shipment, storage and
installation prior to commissioning. Instrumentation shall withstand not only
the quoted environmental conditions, but also the periodic testing of the
Deluge or Fire Hose System.
b) As all of the Company’s sites are subject to seismic activity as indicated in the
General Basic Bid Work and General Design Criteria, all instrument /
electrical frames, panel and racks shall be fixed in position suitably secured.
c) In view of the highly corrosive ambient conditions, all internal and external
parts which are not inherently corrosion resistant by choice of material shall be
prepared and finished by plating or paint finish in accordance with the
Specification for protective coating. Seals and purges shall be used as
necessary, to ensure high resistance to corrosion & provide reliable instrument
performance.
d) All field instruments shall be provided with necessary weathering and anti-
corrosion protection. All field instruments shall be provided with plastic bags
(min. 1.5 mm thick) to protect them during handling, installation and
commissioning. The bags shall be kept in place at all times except during
work on the devices. Drying agent (desiccant) with humidity indicator shall
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 18 of 43

be put inside the bag and it shall be replaced when color of the indicator
changes from blue to pink Additional protection by other means such as
canvas shall be provided to prevent damage caused by welding during
construction work at nearby location. Labels and tags that may be exposed to
paint spray shall be temporarily masked with a transparent material during
construction activities, which shall be removed at the time of hand over of the
work. Plastic plugs shall be fitted to all instrument tubing and air, process and
cable entry ports until final connections are made.
e) Corrosion allowance shall be considered in addition to the design thickness of
all plates / sheets and materials used for installation, hand-wheel of valves,
weather hoods, mini shelters, stanchions, supports etc., to arrive at the
minimum thickness requirement, as the same are exposed to harsh marine
environment on the platform. Painting shall be done in line with the painting
specifications enclosed in the bid document.
3.6.4.4.2 Ingress Protection:
All field instruments shall have ingress protection to IP 65 or better.
Pneumatic field instruments used for control applications shall have ingress
protection to IP 55 or better. All instruments installed inside pressurized
equipment / control rooms shall have ingress protection to IP 42 as a
minimum.
3.6.4.4.3 Tropicalization:
All electrical components shall be tropicalized to protect against humidity,
moisture and fungal growth by means of hermetically sealed units, protective
coating on circuit boards, gold plated edge connectors, etc.
3.6.4.4.4 Hermetic Sealing:
All relays and switches shall be hermetically sealed, and those utilized in 24
V DC control logic circuits shall have gold plated contacts rated 0.5 Amp at
24 V DC. Those interfacing with field equipment shall be rated 24 V DC (2
Amp) / 110 V AC (5 Amps). All switch contacts shall be 2xSPDT or DPDT.
3.6.4.4.5 Hazardous Area Instrumentation:
a) The Contractor shall classify hazardous areas in accordance with API 505 or
NEC and specify various equipment accordingly. All instruments which are
08 mounted on platform but outside of normally pressurized control / equipment
rooms shall be certified by bodies such as IEC / FM / UL / BASEEFA /
CENELEC / CSA / DGMS / PTB / CMRI / ATEX for use in Class I, Zone 1
Group IIA & IIB, T3 / Class I Div. I Group C & D hazardous area, even if the
instrument’s location is classified as a normally non-hazardous area.
b) Additionally, “Intrinsically safe” protection using external barriers shall be
provided for all process transmitter loops in hazardous areas.
c) All other instrument loops (open or close) shall be provided with explosion
proof / flame proof protection i.e., Solenoid valves, gas detectors, UV , IR

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 19 of 43

fire sensors, intercom / paging system shall be explosion proof / flame proof to
Ex-d or NEMA-7.
d) Where instruments are not manufactured with enclosures suitable & certified
for Class I Zone 1 / Class I Div I by the manufacturers, enclosure suitable and
certified for the area classified as Class I, Zone 2 / Class I, Div II may be
08
accepted for installation in areas approved as “Class I, Zone 2 Group IIA &
IIB / class I Div II Group C &D. Apparatus certified for use in Class I,
Division II / Class I , Zone-II areas shall not be installed in Class I , Zone –I /
Class I Division I area.
e) Local Indicator, Transmitter, Input / output to peripheral devices like laptop
computers & networks, etc., shall be intrinsically safe.
f) All ‘enclosure type’ shall be certified by recognized bodies like IEC / FM / UL
/ BASEEFA / CENELEC / CSA / DGMS / PTB / CMRI / ATEX etc., for use
in the area applicable.
g) Intrinsic safety approval shall be based on entity concept and necessary
compatibility checks shall be carried out by Contractor before selecting any
loop component. Isolating barriers shall be normally active type unless
otherwise specified. It shall be plug-in type, mounted on modular back plane
termination units. Each individual input and output in a loop shall have its
separate barrier. No barrier shall be shared between any two loops.
3.6.4.4.6 R F, EM Interference:
All equipment shall remain unaffected by radio transmissions (Levels of
permissible RFI shall be as per IEC 801). Band-pass and / or band stop filers
08 shall be fitted, as necessary. All instruments shall be immune to EM, RF
interference as per IEC 801.
3.6.4.4.7 Sealing:
Seal systems shall be used to isolate instrument from the process fluid
encountered in the following services:
a) Wet gas, which may condense in the instrument lines.
b) Process fluids that vaporize, condense or solidify under operating
pressure and ambient temperature.
c) Process fluids that will subject the element to high temperature.
d) Corrosive process conditions.
e) Viscous liquids.
f) Sealing may be accomplished with diaphragm seals.
g) All venting instrument and pilot valves shall have bug screens fitted to
atmospheric vents.
3.6.4.5 MATERIAL SELECTION PHILOSOPHY:

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 20 of 43

All materials and equipment furnished shall be new and unused, of current
manufacture and the highest grade & quality available for the required service,
and free of defects. Materials shall be selected with regard to the following
criteria:
a) Suitability of wetted parts for the specified process conditions, with SS 316 as
the minimum for use outside pressurized rooms, except for salt-water service,
08
in which case, it shall be Monel. MOC - SS 316 shall be with carbon content
of 0.08% or better to improve resistance to corrosion.
b) Suitability of material for the corrosive effects of the harsh offshore
08
atmosphere.
c) Galvanic compatibility between dissimilar materials, with isolating bushes,
plates, used where necessary to prevent corrosion due to galvanic action.
d) Wherever process condition demands NACE quality Instrument fittings, the
same shall be provided as per NACE, latest standard with appropriate
material. For non NACE application, material for fitting shall be appropriate
for relevant process fluid with SS-316 as minimum.
e) Instrument Enclosures and JB boxes shall be constructed from 316 SS / epoxy
08
coated copper free (i.e. less than 0.4% copper by mass) die-cast Aluminum.
f) All proposed vendor standard plastic components if any shall be non-toxic and
fire resistant, UV stabilized and compatible with the environmental conditions.
g) All spindles, bushings, bolting, screws, brackets, etc., shall be manufactured
from a suitable grade of stainless steel as a minimum. All bolts and screws
shall have a flat 316 SS washer under the nut, and the thread length shall be
such that there is complete full engagement of the nut, with a minimum of two
threads protruding.
h) Stand pipes, supports for instruments and any other item directly welded to the
08 structure and shall be painted conforming to latest revision of Functional
Specification 2005.
i) All material for instrumentation, in contact with process fluid containing CO2
in excess of 2 PSI partial pressure, shall be as follows:

Fluid Material to be used


Temperature

< 71 oC ASTM A182-F316 (316SS)

> 71 oC ASTM A182-F51 (2205 duplex steel)

j) Moulded polyester parts shall be anti-static for hazardous area locations, and
in general be constructed from UV-stabilized glass reinforced polyester.
Surface resistance shall not be less than 109 Ohms. Impact resistance to be -
25% (EN 50.14)

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 21 of 43

k) The material of construction (MOC) for the wetted parts and the body of all
individual instruments shall be as per the material selection chart wherever
given in the annexure of the relevant Functional Specification. Where such
chart is not available in the respective FS, choice of MOC shall be consistent
with the above mentioned material selection charts and suitable for the fluid
composition and the process conditions. Proposed MOC shall be subject to
company’s review and approval.
l) The details of various piping classes mentioned in these material selection
charts shall be as per Piping Material Specifications (PMS) enclosed with the
‘Piping’ section of the bid document.
3.6.4.6 INSTRUMENT INSTALLATION PHILOSOPHY:
a) All work shall be of the highest quality craftsmanship and shall conform to the
best applicable engineering practices, and, relevant codes referred in the bid
document. Installation of field mounted instruments for process measurement
in general shall be in accordance with API-RP-551.
b) All instruments shall be installed in a neat workmanlike manner ensuring ease
of operation and maintenance.
c) The Contractor shall prepare hook-up and installation detail drawings
regarding each type of instrument for the Company’s approval, and shall carry
out the installation in accordance with these approved drawings.
d) The Contractor shall install instruments and equipment with due consideration
of the following:
i. No instrument with the exception of pressure gauges and temperature
indicators, shall be installed in such a way that it depends on its impulse
piping or electrical connections for its support.
ii. Positioning of equipment shall not constitute a safety hazard. Wherever
possible, instruments shall be mounted so that they are protected from
the effects of rain and sun, while maintaining the requirements for access
and visibility. Where this is not possible, the Contractor shall provide a
fixed cover or hood to protect instruments, without impairing access or
visibility
iii. Visibility and accessibility for both maintenance and operations purpose.
iv. Ease of access for lifting heavy items of equipment such as valves.
v. All installed instruments and valves shall be free from vibration.
vi. Instruments shall be mounted / connected so as not to stress vessel
nozzles or pipe tapping.
vii. All local process-connected instruments shall be located as close as
possible to the point of measurement while still being accessible from
the deck, ladder or a platform.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 22 of 43

viii. Instruments requiring frequent routine access (including hand-valves,


manual resets, manual switches, etc) shall be mounted approximately
1.4m above the deck or platform for ease of accessibility.
ix. Instruments shall be properly supported on brackets or mounted on sub-
08
plates, or placed on a suitable pedestal, pipe stand or structural support.
Pipe or structural stands may be welded directly onto platform plate,
with a suitable penetration in the grating, where applicable. Where
Platform’s Structural member is used for the mounting for instruments /
accessories, the same shall be done at yard before the painting / finishing
of the structural member.
x. Instruments, tubing, cables and cable ladder shall not be fixed to gratings
or handrails.
xi. Instruments (other than pressure instruments) shall not be mounted
directly on process piping without the Company’s written approval.
xii. Instruments or instrument lines shall not be supported on handrails
unless approved by the Company.
xiii. Fittings such as instrument isolating valves and instrument air or gas
regulators shall be supported either on the instrument stand or close-
coupled to the instrument in a manner that no undue stress is imposed o
the tubing or instrument.
e) Instrument stands or panels shall be in accordance with the approved
drawings, with consideration for:
i. The most direct routes for tubing and piping to and from the stand, using
common tubing runs and avoiding crossovers.
ii. Ease of inter-connections between instruments.
iii. Ease of access for on-site calibration and / or removal of instruments.
iv. Minimum interference between tubing, piping and cabling to
instruments.
f) A 316 SS filter regulator with gauge shall be provided for each instrument
requiring regulated gas or air supply.
g) All drains connections on field instruments (especially the level instruments)
shall be taken to the deck level with made to face downwards if it is already
not so. It shall be routed to the nearest process / deck drain. All vent
08 connections shall be suitably routed to safe location away from the operator /
maintenance personnel operating on the instrument or in that area. All
instrument drains / vents not routed to deck drains / safe locations shall be
suitably plugged. All open ports shall be fitted with bug screens. All vent /
drains on high pressure applications shall have seal welded connections and
shall be tested suitably.
h) The instrument mounting details (on stanchions / deck plate, gratings,
structural member etc.) shall be as per the standard engineering practices and

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 23 of 43

installation standards, and the same shall be submitted for information with all
necessary details of location and mounting.
3.6.4.7 INSTRUMENT INSPECTION & TESTING PHILOSOPHY:
3.6.4.7.1 General:
a) The Contractor’s quality plan shall include a comprehensive fully documented
inspection and testing plan specific to the project.
b) The contractor shall consider all the testing requirements as mentioned in the
08
individual IRTs for each type of instrument.
c) The procedures shall include inspection specifically for compliance with
hazardous areas requirements, including current certificate, without which no
circuit or loop shall be energized.
d) All testing, calibration and pre-commissioning shall be done by the
Contractor. The Contractor shall also provide assistance as required during
commissioning activities.
e) The Contractor shall provide suitable workshop facilities and shall provide all
necessary test and calibration instruments and equipment.
f) The Company reserves the right to reject any or all test and calibration work if
found not complying with the Specification requirement. The Contractor shall
complete and submit documentation for all calibration, testing and pre-
commissioning. Company Representative prior to shipment shall check out
panels, consoles, and packaged instrument assemblies for their compliance
with specification requirements.
g) The Contractor shall in the presence of the Company Representative, verify by
inspection, calibration and loop testing, that, all instrumentation in field and
control room including local and remote/central control panels, are complete
and operable as per specification requirement. All testing and calibration shall
be subject to approval of the Company.
h) In addition to calibration/testing, loop checking, setting for safety devices like
process switches, safety valves etc. and simulation testing of all interlock and
shutdown systems, done at fabrication yards, the same shall also be carried out
at offshore site as well.
i) In general, the pipes and tubes shall be cleaned before testing. They shall then
be subject to hydro-test (or other applicable tests) and then blow dried.
3.6.4.7.2 Flushing of Lines:
The Contractor shall remove in line instruments like flow meter, control
valves/safety valves, if necessary, and provide spool pieces/flanges prior to
flushing of lines.
3.6.4.7.3 Instrument Supply Lines:
a) Instrument air/gas piping and tubing shall be disconnected upstream of all
filter/regulators before testing, the piping and tubing shall then be hydro tested

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 24 of 43

as explained below and then shall be blown down to remove hydro test water,
slag and mill scale from lines.
b) Instrument air supply lines shall be blown with instrument air prior to
connecting to instruments. Instrument air/gas mains shall be isolated from the
instrument and pressurized to 11/2 times maximum working pressure with
instrument air, they shall be isolated from the pressure source and the pressure
reading on a test gauge shall not fall by more than one psig in ten minutes.
3.6.4.7.4 Instrument Signal Lines:
Instrument signal lines shall be blown with instrument air prior to connecting
to instruments. All air/gas tubing shall be tested and inspected by one of the
08 methods given in Instrument System & Automation Society (formerly known
as Instrument Society of America) Recommended Practice RP 7.1 “Pneumatic
control circuit pressure test”.
3.6.4.7.5 Impulse Lines:
a) All process impulse lines shall be disconnected and flushed with potable
water. Air lines shall be blown down with filtered air. Hydraulic lines shall be
flushed with hydraulic oil.
b) After flushing, process impulse lines shall be isolated from the instrument and
pressurized hydraulically to 11/2 times maximum working pressure corrected
for ambient temperature. They shall then be isolated from the pressure source
and the pressure reading on a test gauge shall not fall at a rate exceeding one
psig/hour.
3.6.4.7.6 Direct Mounted Instruments:
For the direct mounted instruments such as level gauges, level transmitters
(displacer type), level switches etc., the equipment shall be pressurized to the
maximum operating pressure gradually and steadily with the instrument on
line. The equipment shall then be isolated from main pressure source. The
pressure shall not fall at a rate exceeding one psig/hr.
3.6.4.7.7 Wiring:
Wiring shall be checked to ensure that it is correctly connected and properly
grounded. Insulation test shall be carried out on all wiring taking necessary
precautions. Correct connections of all switches shall be checked. Tests for
Cables and wiring shall be as per the specifications elaborated in the Electrical
section of the bid document. Wiring shall be ‘Megger’ tested as a minimum
for the rated voltage.
3.6.4.7.8 Calibration & Testing:
a) The Contractor’s instrument personnel shall calibrate instruments. This
calibration shall when possible, be done with the instrument or system in
place, otherwise calibration prior to installation or removal for calibration
shall be done. The Contractor shall provide written results of all instrument
calibration in prescribed format and shall submit such formats well in advance

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 25 of 43

for Company’s approval. The status/progress of testing calibration for each


loop shall be reported to the Company in the format provided in Annexure III
of Instrumentation Design Criteria. The Contractor shall submit document
confirming that the testing equipment to be used for calibration purpose are
certified and calibrated to ISO requirements of “Traceability” to Recognized
National / International Standards.
b) In general, all tests shall simulate, as closely as possible, design process
conditions by use of certified calibration equipments like manometers,
potentiometers, deadweight testers, test pressure gauges, etc. utilizing
hydraulic and pneumatic suppliers traceable to NEL, NMI, PTB etc.,
08 standards. Five (5) Point calibration shall refer to the input signal to an
instrument equivalent to 0, 25, 50, 75 and 100 per cent of the instrument range
upscale (rising) and 75, 50, 25 and 0 percent of the instrument range
downscale (falling). All instruments, unless otherwise noted, shall be
calibrated in both upscale and downscale directions and, if necessary, adjusted
until their accuracies conform to those limits stated by the manufacturer.
Upon completion of these tests, the instruments shall be drained, the
components removed and the shipping stops replaced.
c) Wherever applicable, the instruments shall be subject to NDT / Dye
penetration test.
d) Testing and Calibration Report: The Contractor shall provide written results
of all above tests and if required by the Company, provide reasonable
evidence of the satisfactory condition of test equipment.
e) All errors of faulty workmanship discovered during this testing shall be
corrected to the satisfaction of the Company
3.6.4.8 INSTRUMENT SPARES PHILOSOPHY:
3.6.4.8.1 For all major equipment, the Contractor shall include normal commissioning
spares and Mandatory Spares as a part of the equipment supplied. The
Contractor shall also furnish separately, list of recommended spares for one
year’s trouble free operation along with the prices for purchaser’s review.
(This clause shall be read in conjunction with Clause 3.6.6.4.4.d). OEM / OES
shall provide guarantee for supply of spares for at least 10 years in case of
electronic instrumentation system(s) from the end of the warranty / guarantee
period. In case, vendor intends to phase out the models of the supplied major
systems such DCS / PLC / F&G etc., any time after the 10 years, he shall
intimate the company well in advance and arrange for the supply of spares for
supplied systems for the next three years. If the vendor intends to phase out the
model of the supplied system before the 10 years have elapsed, then the vendor
shall provide for the spares for the balance period of the 10 years and an
additional 3 years, with advance intimation.
3.6.4.8.2 All spare parts shall comply with the same standards and specifications as the
original equipment and shall be fully interchangeable with original parts.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 26 of 43

3.6.4.8.3 All spare parts shall be marked with the manufacturer’s part number, name and /
or reference number.
3.6.4.8.4 All spare parts shall be packed separately from the main instrument, and shall be
properly protected to prevent deterioration and damage during shipment and
storage.
3.6.4.8.5 The spares requirement of individual systems shall be as per the relevant
functional specifications enclosed elsewhere in the bid document. However
unless otherwise mentioned the following shall be the basis for finalizing the
minimum requirements of spares for instrumentation:
a) Mandatory spare instruments shall be 10% minimum or 1 (one), whichever is
more of each type and range for PG, TG, T/C, Receiver switch, SOV, RTD,
08 AFR & I/P Convertor/Smart Positioner. It does not include PSV, CV, PCV field
transmitters, field switches, flow meters, LG. The mandatory spare instruments
shall be supplied along with each Platform (New as well as Modification).
b) It is vendor's responsibility to have commissioning spares as required for
commissioning of plant. It is deemed to be included in his firm scope of supplies
/ work.
c) For Control Panels, unless otherwise specified, 20% (or minimum one,
whichever is higher) installed spares for Indicating Lamps, Annunciation
Windows, Selector Switches, Relays, Power Feeders (AC & DC) (in ACDB &
DCDB and for instruments in panel), Switch Fuse units (for loop power supply),
shall be provided fully wired up-to the field terminals in the control panel.
d) In junction boxes, 20% spare terminals shall be kept as installed spares, Also,
while choosing multi-core cables / multi pair cables, minimum, 20% cores /
pairs shall be kept as spare, for future use. However the entire cable shall be
terminated at both ends (JB and Panel). Cable entries for spares shall be suitably
plugged.
e) For cable tray sizing, cable tray width shall be sized so that 50% space is free
and available for future use.
f) For pneumatic panels, 10% spare instrument air header branch lines and 15%
spare bulk heads and tapping points shall be provided in each panel.
g) Control panels shall have additional available ‘spare’ space for future and
expansion.
h) Consumable spares for a minimum of three months duration after
commissioning and shall include chart paper, printer paper, ink, cartridges.
Compact disc etc required for recorders, printers, soft data back up and hard
copier units.
i) All instruments shall be offered with an undertaking of “assured supply of
adequate spares in case of discontinuation of the product”.
3.6.4.9 PHILOSOPHY FOR FUTURE FACILITIES

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 27 of 43

Provision shall be made in all control systems such as control room


instrumentation, pneumatic shutdown panels and local panels etc to operate and
control future facilities wherever shown in P&ID and / or indicated in the Basic
Bid Work. All panel / cabinet mounted instruments and accessories required for
this purpose shall be supplied and installed by Contractor.
3.6.5 INSTRUMENT PROCESS CONNECTIONS:
a) Process connections for instruments on vessels / stand-pipes / pipelines /
piping / tanks / equipments etc., shall be as per the Process Connection
standard enclosed in the bid document.
b) All instruments shall have first isolation valves as per the piping
specifications, Instrument valves and manifolds shall be provided as per the
requirements for maintenance and calibration of the instruments. Vent and
drain valves shall be provided on the drain and vent tubing / piping. Impulse
piping up to the first isolation valve shall be as per piping specifications.
c) Take-offs from lines or vessels for all direct connected pressure instruments
shall meet or exceed the line or vessel specification. All pressure instruments
shall have an individual piping block valve and a 2, 3 or 5-valve manifold as
appropriate, providing block, bleed and bypass. The only exception to this is
for DP level transmitters with filled leg, which shall have block and bleed but
no bypass capability.
d) A maximum of two (2) pressure instruments may be connected to the same
pressure tapping, so long as their function is not safety-related. Instruments
for ESD systems shall each have their own individual tapping. Each pressure
instrument shall have individual block valve to piping specifications..
e) The nozzle length on vessels for temperature instruments on piping will be
200 mm (8"). For Thermo-well installation, minimum pipe size shall be 4". All
threaded connections of the instruments shall be tapered.
f) Connections for air / gas supply, transmission and control signals shall be
internally threaded ¼” NPTF. Instruments process measurement connections
shall be threaded ½” NPTF as a minimum. Threaded end connections shall be
as per ANSI B 2.1. Connections and MOC shall follow the piping material
specifications (part of piping specifications).
g) Tubing and fittings shall meet the Functional specifications FS-3507.
h) Flanged connections shall be to ANSI B 16.5. The Contractor shall provide
suitably rated flange adaptors to allow tubing connections where required.
3.6.6 GENERAL REQUIREMENTS:
3.6.6.1 TAGGING AND NAME PLATES:
a) The Contractor shall assign individual tag numbers in accordance with the
Company’s established system to all instruments. The tag numbers shall in
general be as follows:

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 28 of 43

“ABCD-EF-GH-IJ”
The first set of characters / digits ‘ABCD’ = Name or abbreviation of the Platform
08
The second set of characters / digits ‘EF’ = Name of the Instrument (FT, LT, etc.)
The third set of characters / digits ‘GH’ = Last two digits of the reference P&ID
The Last set of characters / digits ‘IJ’ = Instrumentation Identification Number
b) The tag number of every instrument shall appear on all relevant drawings and
documents that pertain to the specific instrument.
c) Nameplates and identification tags shall be provided to properly identify each
piece of instrumentation / equipment including instruments, Junction boxes,
bulkhead connections, cables, wiring, etc.
d) All instruments shall have SS tag or nameplate of a permanent type with
identification number and service description.
e) All panel instrument nameplates shall be constructed of white laminated
plastic plates with black engraved lettering and securely fastened with 316 SS
screws.
f) All front panel mounted equipment shall also be identified with a metal or
plastic nameplate attached to the rear of the device, and easily visible via the
rear access doors.
g) All wiring, cables, tubes, multi-tube bundles, junction boxes and auxiliary
equipment shall be suitably identified as per applicable codes and practices.
Plastic adhesive tapes shall not be used for identification. All wiring shall be
tagged with slip on or clip-on wire marker at both ends, with the wire number
specified on the drawing.
h) All site-mounted instruments, junction boxes, air/gas headers, tubing and
wiring terminations shall be labeled or tagged in manner approved by the
Company. Instruments shall be furnished with stainless steel nametags
containing tag number, manufacturer’s name, model number and serial
number. This tag shall be approximately 3” x 1” and shall be attached to the
instrument with 16 gauge stainless steel wire.
i) Labels shall be positioned directly on the equipment or immediately adjacent
for best visibility. Positioning the label to one side shall be done only when
other preferred positions are unavailable. Where label positioning is difficult,
the Company’s representative shall determine the final position. Junction box
labels shall be fitted on the lid in a central position.
j) Typical instrument label details shall be as per Annexure –IX of this
document.
3.6.6.2 DOCUMENTATION:
The contractor shall provide hard copies plus electronic copies on 1TB portable drive
for all the documents.
3.6.6.2.1 Equipment Documentation:
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 29 of 43

a) The Contractor shall provide the following documents as a minimum:


i. Operating philosophy of the system
ii. Proposed maintenance schedule of all major components, for the
design life of the system, and their replacement requirements.
iii. Equipment specifications
iv. Catalogues
v. Data sheets
vi. Test certificates
vii. Grounding details - layout
viii. System layout drawings
ix. Functional schematic
x. Bill of material / material take off
xi. Instrument layout & cable tray routing drawings
xii. Instrument calibration procedures
xiii. Cable schedule
xiv. Level Sketches
xv. Instrument & Junction box location plans / layouts
xvi. Loop schematics
xvii. Interconnection diagrams
xviii. Cable termination details
xix. Installation standards / drawings
xx. Pneumatic ESD loop and pneumatic FSD (Fusible Plug) layouts
xxi. Servo / air supply header and distribution drawings
xxii. Junction box wiring scheme
xxiii. Field calibration and loop checking report
xxiv. MCT block sizing and arrangement drawing
xxv. As-built drawings
b) The Purchase Specification (PS) submitted for Company’s review / approval,
shall have the following documents (all pages of PS numbered in serial) as a
minimum:
i) Top sheet identifying the document number & vendor details, and duly
signed by the Contractor along with Form B – Compliance to Bid
Specifications. (Typical, blank Form B is given in Annexure - V )

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 30 of 43

ii) Form C – List of Commissioning Spares – duly signed by the Vendor


and Contractor (Typical, blank Form C is given in Annexure VI )
iii) Form D – List of One year spares – duly signed by the Vendor and
Contractor (Typical, blank Form D is given in Annexure - VII )
iv) Contractor shall furnish the vendor QAP in line with the Inspection
Requirement Table for individual instrument the same shall be duly
08 signed and stamped by the Vendor, Contractor CA & TPIA.
v) Instrument / Equipment specifications
vi) Catalogues
vii) Duly filled data sheets, signed by the Contractor & vendor.
viii) Test certificates
ix) Functional schematic & Logic Diagrams (as applicable)
x) Bill of material / material take off
xi) Instrument calibration procedures
xii) QA / QC Plan in line with the IRTs of the bid
xiii) The Contractor shall provide a dossier of all hazardous area equipment,
containing all information pertinent to the hazardous area work. The
dossier shall include all necessary certificates, drawings, calculations,
catalogue information, data and specification sheets, etc.
xiv) Copy of Approved Suggested Supplier’s List
c) Minimum 4 (four) sets of Dossier shall be provided to the Company.
d) The contractor shall be responsible for the authenticity of the drawings & data
08 provided by the vendor as well as sub-vendor(s).
e) Each vendor data items requested above must be identified by the Purchase Order
number and equipment tag number located on the cover sheet or first page of said
item and in the case of engineering drawings on each and every drawing.
f) Any additional data/drawings required as a result of issuing supplements to a
purchase order or during detailed engineering shall be furnished by Vendor and
handled in the same manner as the original order.
g) All drawings and literatures shall be in English language and in the Metric
Measurement System.
h) The reproducible drawings, 279mm X 432mm (11" x 17") size and full size are to
be of such quality that clear legible prints can be made.
3.6.6.2.2 Instrument Index:

a) The contractor shall provide an Instrument Index. The index shall include the
information listed below:

i. Instrument Tag Number


FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 31 of 43

ii. Service Description


iii. Vessel / Line details
iv. Process fluid
v. Operating pressure / temperature / flow / level parameters
vi. Manufacturer / Model
vii. Range / Calibrated Range
viii. Reference Piping And Instrument Diagram Drawing Number
ix. Data Sheet Number, With Latest Revision
x. Location Of Instrument (i.e. Field, Control Panel)
xi. Remarks Column

b) The instrument index shall form the basis for documenting all instrumentation
and shall be listed in alphanumeric order of instrument tag number and shall
contain all relevant information for each instrument.

3.6.6.2.3 Instrument Data Sheet:


a) Contractor shall submit filled in data sheet along with back up Catalogues and
sizing calculations wherever necessary for all the instruments, items and
systems for client approvals. Where data sheets are not provided in the tender
document, these data / specification sheets shall be in accordance with relevant
ISA standards and shall contain all information pertaining to a particular
instrument / item including:
i. Manufacturer
ii. Model
iii. Mechanical Details
iv. Electrical Details
v. Materials
vi. Process Data (where required)
vii. Range
viii. Hazardous area classification and certificate details (type of protection,
certifying authority)
ix. Line or Vessel Number and Tag Number
b) When a number of items are identical in their requirements, these can be
covered by a single specification sheet, provided all tag numbers are clearly
listed.
3.6.6.2.4 Instrument Sizing Calculations:

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 32 of 43

a) The Contractor shall provide certified calculations in support of sizing and


selection of instruments:
i. Control valve sizing
ii. Regulator sizing
iii. Relief valve and rupture disc sizing
iv. Shutdown valve stroking time
v. Flow element sizing
vi. Restriction orifice sizing and stress analysis
vii. Intrinsically safe loop calculations, including cable, isolator and field
device parameters
b) These shall form part of the relevant Purchase Specification to be submitted
during Detailed Engineering.
3.6.6.3 REVIEW AND APPROVAL:
3.6.6.3.1 The Contractor shall thoroughly review and approve all sub-vendor drawings for
all instruments and systems including sub-package items, ESD system, etc., as
applicable, before forwarding to Company for further review and / approval.
Only the approved drawings duly stamped and signed by a competent engineer
of the Contractor shall be sent to the Company.
3.6.6.3.2 All purchase specifications along with calculation sheets, offers of the vendor
and all relevant correspondence (all pages of PS documents numbered serially)
shall be furnished for Company’s approval. Contractor shall not place the order
without obtaining prior approval from the company.
3.6.6.3.3 Contractor shall prepare and furnish the list of all drawings / documents as
enlisted in the bid document for Company’s review. The category of drawings /
documents (i.e. whether to be reviewed / approved by the Company) shall be
decided after award of Contract.
3.6.6.3.4 All vendors drawing shall be submitted for company’s review after the
contractor’s engineering consultant approves them.
3.6.6.4 VENDOR SELECTION / PRE-QUALIFICATION:
3.6.6.4.1 All equipment offered shall be of proven design. Similar equipment of the same
08 vendor should have been in continuous satisfactory service on offshore
installation for a minimum period of two (2) years.
3.6.6.4.2 Contractor shall furnish list of all proposed vendors from the list of suggested
vendors in the Off-Shore Design Section.
3.6.6.4.3 Existence of the Vendor’s name in the suggested vendor list does not absolve
the contactor from supplying equipment of proven design as per the company
specification.
3.6.6.4.4 Pre-Qualification of New Vendors:

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 33 of 43

Where the product is not listed in the above said list of suggested vendors, the
new vendors proposed by the contractor for supply of the product shall conform
to the pre-qualification criteria followed for empanelment of new vendors in
Off-Shore Design Section, which is summarized herein, for approval of vendors.
The following is also applicable to Vendors who are not listed in the Suggested
Vendor List, but have proven track record, and the offered product meets the
relevant functional specifications issued by Off-shore Design Section. Above
vendors shall be subject to evaluation and approvals by the company. The
procedure for evaluation and approval of new vendors proposed by the
contractor shall be same as the procedure followed for the ‘empanelment of the
vendors’ in Off-Shore Design Section.
To evaluate the proposed vendors, the salient criteria but not limited to the
following, is laid out to assess their track record and evaluate the vendor and the
product:
a) The item /equipment must meet the “Functional specifications” and “Design
criteria” of Offshore Design Section.
b) The item/equipment should be as on date in continuous satisfactory service in
offshore oil & gas operations for a minimum period of 2 years. This shall be
08 supported with performance feedback from the end-users or suitable back-up
documentation (Repeat Purchase Order).
c) Purchase order copies should be submitted to establish the track record of the
equipment/items supplied to offshore oil & gas installations.
d) Ensuring provision for supply of spares for at least 10 years, and intimating
the company well in advance if there is a discontinuation of the model /
product / facilities for either upgrading or for planning and making purchase
of sufficient spares by the company before such actual discontinuation. (Refer
Clause 3.6.4.8.1)
e) Facilities or facilitating maintenance of the offered equipments / products in
India (for major items).
Notwithstanding the above,
f) The new Vendor shall furnish the past track record of similar material for
similar service in offshore application along with details of clients, type of
product, make, size, service, year of completion, and copies of any feedback
information received from clients regarding functioning of equipment /
material supplied.
g) Vendor shall furnish leaflets / catalogues / drawings / sketches of the particular
product being supplied
h) Vendor shall furnish the details of their Indian counter-parts / agents /
subsidiaries (in case of foreign vendors) and sub-suppliers, viz. the name(s) of
Manufacturer etc.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 34 of 43

i) Quality assurance Manual shall be furnished for Company’ review which


should include the schemes for product quality assurance, storage and
traceability of products, quality assurance and quality control procedures.
j) Vendor / supplier or his sub supplier shall furnish the company’s profile with
details of Organogram & facilities.
k) One set of pre-qualification documents on the product shall qualify only
similar product of the same specifications and type.
l) The manufacturer / Vendor / sub-supplier shall be qualified based on results of
these tests / past experience / details provided and Company’s decision in this
regard shall be final and binding on the bidder.
m) Bidder / manufacturer shall note that for manufacturing of the quoted items,
the same sources shall be utilized which were employed to manufacture the
product on which pre-qualification tests are carried and approved.
n) Subsequent to qualification, a change of manufacturer, etc. shall not be
permitted. In the event that the manufacture desires to effect any change in
any of the above, the manufactures shall seek fresh qualification as indicated
above.
3.6.6.5 PREPARATION FOR SHIPMENT:
a) Instruments or parts, which can be damaged during shipment, shall be packed
separately in the original manufacturer’s boxes. Each package shall be
identified with purchase order number and content list in a weatherproof
envelope.
b) All opening shall be sealed. Threaded connections shall be protected with
forged steel or Moulded plastic screwed plugs.
c) All flanged openings shall be protected with wood or steel closures attached
by proper bolting and sealed with a plastic compound to exclude foreign
material from the interior and fully protect the flange faces.
d) All mechanical or machined surfaces subject to atmospheric corrosion prior to
installation on site shall be treated with an easily removable rust preventative.
e) A desiccant shall be provided inside all enclosures to prevent moisture damage
due to high humidity.
f) Any plant component exceeding 40 Kg in weight shall be supplied with lifting
lugs or eye bolts. The lugs or eyebolts should be positioned such that the
component can be readily slung from a point over its centre of gravity.
g) All items shall be properly packed, made sea worthy and protected from
damage during shipment. Any instrument on packaged equipment, which
could possibly be damaged during shipment shall be disassembled and
removed. The disassembled instruments shall be packed and shipped with the
package or packaged equipment. All openings shall be suitably sealed.
h) The electronic and electrical components removed from package-mounted
panel shall be shipped independently. The shipping notice shall be written on
FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 35 of 43

the box or crate with red letters, such as “Handle with Care” / “Keep Dry” /
“Fragile”, etc.
i) A suitable desiccant shall be placed inside those control panels or junction
boxes, which contain electronic or electrical components during shipment.
j) Each crate, bag or package shall be clearly identified with the purchase order
number and identification symbol.
k) The Contractor shall be solely responsible for the adequacy of the Preparation
for shipment in his Tender for review by Company. Contractor shall also state
in the Tender his recommendations for long term storage (up to 12 months) for
both indoors and open air storage.
l) It is Contractor’s responsibility to reassemble the instruments disassembled
during shipment after the packages or packaged equipment are positioned and
installed on site.
3.6.6.6 RECEIPT AND STORAGE:
a) The Contactor shall develop a comprehensive plan for receipt, storage and
release of all equipment released into his care, including items supplied by
others or free-issued by the Company. This plan shall provide means to
immediately establish the status and location of any item, which has been
issued to the Contractor.
b) The Contractor shall be fully responsible for equipment issued into his care,
and shall provide secure facilities to provide a storage environment, which
shall protect the equipment to the vendor’s requirements. Any equipment
damaged after issue to the Contractor shall be repaired, reinstated or replaced,
by the Contractor, at the Company’s discretion.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
LOOP #

FORMAT No.
ODS/SOF/004
PRIMARY ELEMENT / TRANSMITTER / CONTROL VALVE /
LOCATION DESCRIP TEST CONTRACTO RECORDER / INDICATOR / ALARM SWITCHES /
INSTR. LOOP
MODULE TION DATE EQUIPMENT R/ TESTING Check ACCESSORIES REMARKS
TAGS CHECK
SYSTEM (ABBR) USED PERSONNEL
ISO – 9001:2008

ODS/SOP/023
Ref. PROCEDURE No.
Engineering Services

To Specs
Offshore Design Section

Installed

02
Piped/Wired

ISSUE No.
Calibrate

To Specs
DESIGN CRITERIA
INSTRUMENTATION

00
Installed

REV. No.
Rev

Page:
Section

Piped/Wired
Volume

ANNEXURE – III : TEST AND CALIBRATION FORM (TYPICAL)

Calibrate
II
08
3.6

21.07.2010
36 of 43

REV. DATE:
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 37 of 43

ANNEXURE - IV: Pneumatic Instruments – Air Supply Branching Connections (Typ)

Note: All connections shall be taken from the top of the header. Branch
connections from headers / sub-headers shall be with SS 316 instrument
isolation valves for air tubing to individual instruments.
ANSI class# ratings for air piping & pipe fittings on the air headers shall
be as per the piping specification, including that of the first block valve &
swage / pipe nipples.
As a minimum, tube fittings shall be rated for 3000# ANSI.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 38 of 43

ANNEXURE – V : FORM – B: COMPLIANCE TO BID SPECIFICATIONS

Vendor’s deviation
S. No. Document Clause No. Requirement
with reasons

Notes (If any):

Vendor’s Signature, Seal & Date

Contractor’s Signature & Date

(This form shall be submitted by Vendor and Contractor during project engineering
stage. This contractor is considered to have “no deviations” from the bid scope and
specification after all clarifications during the bidding (pre-award) stage “NO
DEVIATIONS” shall be written across the table. Same shall be attached with the
Purchase Specifications submitted for approvals during engineering stage. Where
minor deviations persist, same shall be listed for approvals before finalizing the PS
for approvals.)

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 39 of 43

ANNEXURE - VI : FORM C – LIST OF COMMISSIONING SPARES

Project:

S. No. Part Number Description Quantity Unit price * Total price *

 CURRENCY

 Notes (If any):

Vendor’s Signature, Seal & Date

Contractor’s Signature & Date

(The Vendor should state in this form, a list of commissioning spares and related
information, which in his opinion are essential for the purpose of commissioning of the
relevant item. This form shall be signed by Vendor and Contractor.)

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 40 of 43

ANNEXURE - VII :
FORM D – LIST OF ONE YEAR SPARES

Project:

S. No. Part Number Description Quantity Unit price * Total price *

 CURRENCY

 Notes (If any):

Vendor’s Signature, Seal & Date

Contractor’s Signature & Date

(The Vendor should state in this form, a list of spares, which in his opinion are essential
for one year operation / maintenance of the relevant item. This form shall be signed by
Vendor and Contractor.)

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 41 of 43

ANNEXURE - IX:
LABEL DETAILS FOR INSTRUMENTS / SYTEMS HANDLING H2S

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 42 of 43

INSTRUMENT PROCESS CONNECTION: 1 of 2 ANNEXURE – : X


VESSEL / STAND PIPE INSTRUMENT
S.No INSTRUMENT TYPE FIRST BLOCK VALVE
CONN. CONNECTION
1 EXTERNAL DISPLACER LEVEL INSTRUMENT ON VESSEL 2” FLANGED 2’ FLANGED 2” FLANGED
2 EXTERNAL DISPLACER LEVEL INSTRUMENT ON STANDPIPE 2” FLANGED 2’ FLANGED 2” FLANGED
3 INTERNAL DISPLACER LEVEL INSTRUMENT 4” FLANGED - 4” FLANGED
4 EXTERNALBALL FLOAT LEVEL INSTRUMENT ON VESSEL 2” FLANGED 2” FLANGED 1” SW
5 EXTERNAL BALL FLOAT LEVEL INSTRUMENT ON STANDPIPE 1” SW / FLANGED 1” SW / FLANGED 1” SW
6 INTERNAL BALL FLOAT LEVEL INSTRUMENT 4” FLANGED - 4” FLANGED
7 LEVEL GAUGE ON VESSEL 2” FLANGED 2” FLANGED ¾ ” SCRD
8 LEVEL GAUGE ON STANDPIPE ¾ “ SW / FLANGED* ¾ “ SW / FLANGED ¾ ” SCRD
9 D.P INSTRUMENT ON VESSEL 1½ “ FLANGED 1½ “ FLANGED ½ “ SCRD
10 D.P INSTRUMENT ON STAND PIPE ¾ “ SW / FLANGED* ¾ “ SW / FLANGED ½ “ SCRD
11 DIAPHRAGM SEAL D.P INSTRUMENT ON VESSEL 3” FLANGED 3” FLANGED 3” FLANGED
12 EXTENDED D.P INSTRUMENT ON VESSEL 4 “ FLANGED - 4 “ FLANGED
13 D.P TUBE LEVEL INSTRUMENT 1½ “ FLANGED ½ SW (BY INST) ½ “ SCRD
14 TANK LEVEL INSTRUMENT (MECH.), [PRESSURIZED] 1½ “ FLANGED 1 ½ “ FLNGD (BY INST) 1½ “ SCRD
15 TANK LEVEL INSTRUMENT (SERVO), [PRESSURIZED] 6 “ FLANGED 6 “ FLANGED(BY INST) 6 “ FLANGED
16 PRESSURE INSTRUMENTS ON VESSEL 1½ “ FLANGED 1½ “ FLANGED ½ “ SCRD
17 DIAPHRAGM SEAL PRESSURE INSTRUMENT ON VESSEL (SCRD) 1½ “ FLANGED 1½ “ FLANGED ½ “ SCRD
18 DIAPHRAGM SEAL PRESSURE INSTRUMENT ON VESSEL (FLGD) 1½ “ FLANGED 1½ “ FLANGED 1½ “ FLANGED
19 THERMOWELL 1½ “ FLANGED - 1½ “ FLANGED
20 STANDPIPE 2 “ FLANGED - -
21 TANK LEVEL INSTRUMENT (MECH.), [ATMOSPHERIC] 1½ “ FLANGED - 1½ “ SCRD
22 TANK LEVEL INSTRUMENT (SERVO), [ATM OSPHERIC 6 “ FLANGED - 6 “ FLANGED
NOTES:
1. FOR ANY OTHER INSTRUMENT NOT REFERRED ABOVE, THE CONNECTION DETAILS SHALL BE AS PER INDIVIDUAL REQUIREMENT.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
Offshore Design Section Volume II

Engineering Services INSTRUMENTATION Rev 08

ISO – 9001:2008
DESIGN CRITERIA Section 3.6
Page: 43 of 43

2. ALL FLANGE / SW RATING SHALL BE AS PER PIPING SPECIFICATION.


3. IN CASE OF DIRECT MOUNTED FLANGED INSTRUMENTS AND WHERE FLANGED FIRST ISOLATION VALVES ARE PROVIDED, BOLTING AND GASKET SHALL
BE IN PIPING SCOPE.
4. * MEANS AS PER PIPING SPECIFICATIONS

INSTRUMENT PROCESS CONNECTION: 2 of 2 of Annexure X


WHERE PIPING CLASS PRESCRIBES WHERE PIPING CLASS PRESCRIBES WHERE PIPING CLASS PRESCRIBES
S. TYPE OF SCREWED CONNECTIONS SOCKET WELD CONNECTIONS FLANGED CONNECTIONS
NO INSTRUMENTS Process 1 st Block Instrument Process 1 st Block Instrument Process 1 st Block Instrument
Connection Valve Connection Connection Valve Connection Connection Valve Connection
ORIFICE FLOW ½ “ SCRD
1 ½ “ SCRD ½ “ SCRD ½ “ SCRD ½ “ SW ½ “ SCRD ½ “ SCRD * ½ “ FLGD ½ “ SCRD
METER *
1 ½” FLGD 1 ½” FLGD 1 ½” FLGD
2 ANNUBAR 1 ½” FLGD 1 ½” FLGD 4 1 ½” FLGD 1 ½” FLGD 4 1 ½” FLGD 1 ½” FLGD 4
(BY INSTT) (BY INSTT) (BY INSTT)
PRESSURE
3 ¾ SCRD ¾ SCRD ½ “ SCRD ¾ “ SW ¾ “ SW ½ “ SCRD ¾ “ FLGD ¾ “ FLGD ½ “ SCRD
INSTRUMENT
DIAPHRAGM
SEAL PRESSURE
4 ¾ SCRD ¾ SCRD ½ “ SCRD ¾ “ SW ¾ “ SW ½ “ SCRD ¾ “ FLGD ¾ “ FLGD ½ “ SCRD
INSTRUMENT
(SCRD)
DIAPHRAGM
SEAL PRESSURE
5 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD 1 ½” FLGD
INSTRUMENT
(FLGD)
6 THERMOWELL 1 ½” FLGD - 1 ½” FLGD 1 ½” FLGD - 1 ½” FLGD 1 ½” FLGD - 1 ½” FLGD
NOTES:
1. FOR ANY OTHER INSTRUMENT NOT REFERRED ABOVE, THE CONNECTION DETAILS SHALL BE AS PER INDIVIDUAL REQUIREMENT.
2. ALL FLANGE / SW RATING SHALL BE AS PER PIPING SPECIFICATION.
3. IN CASE OF DIRECT MOUNTED FLANGED INSTRUMENTS AND WHERE FLANGED FIRST ISOLATION VALVES ARE PROVIDED, BOLTING AND GASKET SHALL
BE IN PIPING SCOPE.
4. INSTALLATION OF ALL INLINE INSTRUMENTS SHALL BE IN PIPING SCOPE.
5. * MEANS SEAL WELDING REQUIRED
6. $ MEANS CONNECTIONS FOR DP INSTRUMENTS IS ½ “SCRD.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004 ODS/SOP/023 02 00 21.07.2010
FUNCTIONAL Spec. No. 3202
Offshore Design Section Rev. No. 7
SPECIFICATION FOR
Engineering Services Discipline Instt.
ISO – 9001:2008 FLOW TRANSMITTER
(ELECTRONIC) Page: 9 OF 9

ANNEXURE – IV
Multivariable Transmitter (MVT) with Flow Computation
Type Integral Display,
Service To measure Pressure, Differential Pressure & Temperature of line fluid & to calculate
flow as per AGA-3 with AGA-8 for Gas & ISO-5167 for Liquid.
Over-range 130% of designed process parameters.
Protection
DP range Maximum calibrated range of DP Transmitter will be of 400 inches of H2O column.

Units Engineering : T- Deg C, P - Kg/cm2g , Bar, DP- mmH2O, inches of H2O, PSI
O/P Analogue: 4-20 mA, HART/RS485/ Modbus TCP/IP
Connection ½” NPT conduit / ½” NPT
Electrical/Process
Local Indication 4-1/2 Digit LCD in engineering units at grade level,
Accuracy ±0.1% of FSD or better, repeatability- ± 0.25% or better,
RTD External, 3-wire platinum-100. MVT vendor shall be responsible for the supply and
testing the RTD along with the MVT
Supply 24V DC Typical
Weather-proof (NEMA 4X), Explosion-proof to NEMA 7 and certified by third party
Enclosure Class statutory bodies like UL/FM/BASEEFA/ATEX or equivalent for use in hazardous
area (CL 1, DIV.1, GR.C&D) or equivalent

Others 1. Refer FS-3202 for FT for Installation, Hook-up, mounting accessories & general
requirement.
2. The Calibration / configuration software, as loaded in the MVT, shall also be
supplied in DVD/USB drive. Industrial grade Laptop loaded with calibration and
configuration software shall be supplied with MVT,
3. Selection of Meter shall conform to P&IDs & process Design criteria.
4. MVT Vendor shall be responsible for the supply and testing the RTD along with
the MVT before despatch.
5. Refer RTD Specifications in FS for TT (FS-3302)
6. MVT Vendor shall be responsible for the supply of Thermowell (from TG/TT
vendor list) along with the wake frequency calculation. Data sheet and wake
frequency calculation sheet shall be signed and stamped by the Thermo-well /
MVT Vendor.
7. Where the MVT is in a flow control loop, the Compensated flow signal from
‘MVT with flow computer’ to ‘Process PLC/RTU’ shall be hardwired 4-20 mA for
the flow control purpose. Other parameters (pressure, temperature, DP etc.) may
be through MODBUS/ HART/FF as applicable.
8. Flow computation shall be achieved within the MVT or through a separate flow
computer. Where separate flow computer shall be provided same shall be as per
Flow Computer FS(FS-3211)
9. MVT with separate/ integrated flow computation facility shall have adequate data
storage facility (min 7 days).

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/023 ODS/SOP/017 01 00 21.07.2010
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 1 OF 7

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 2 OF 7

CONTENTS

Sl.No. ITEM PAGE NO.

1 Scope of this Document 3

2 Codes & Standards 3

3 Scope of Supply 4

4 Flow Computer 4

4.1 Purpose 4

4.2 General Requirements 4

4.3 Diagnostics 6

4.4 Accuracy 6

Annexure - I Data Sheet 7

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 3 OF 7

1.0 SCOPE OF THIS DOCUMENT:

1.1 This functional specification describes the essential design considerations for the selection of
Flow Computer for the intended purpose.

2.0 CODES & STANDARDS:

2.1 The following codes and standards (latest edition) are referenced to and make a part of this
specification.
Numbers Description
AGA -3 Orifice Metering of Natural Gas and Other Related Hydrocarbon Fluids
AGA-Report 7 Report No. 7, Measurement of Gas by Turbine Meters,
AGA-8 Compressibility factor of Natural Gas and other related Hydrocarbon
Gases
AGA- Report 9 Measurement of Natural Gas by Ultrasonic Meter
AGA- Report 10 Speed of Sound in Natural Gas & other related Hydrocarbon Gas,
May2003
AGA-Report 11 Measurement of Natural Gas by Coriolis Meter
API MPMS 11.1 Physical Properties Data Section 1—Temperature and Pressure Volume
Correction Factors for Generalized Crude Oils, Refined Products, and
Lubricating Oils
API MPMS Manual of Petroleum Measurement Standards Chapter 12—Calculation
Chapter 12 of Petroleum Quantities
API MPMS 21.1 Flow measurement using electronic metering system section-1
Electronic gas measurement
API MPMS 21.2 Flow measurement using electronic metering system section-2 - Inferred
mass.
ASTM D 1250 Standard Guide for Use of the Petroleum Measurement Tables
ISO 5167 Measurement of fluid flow by means of pressure differential devices
ISO 5168: 1998 Measurement of fluid flow – Evaluation of Uncertainties.
ISO 6976 Natural gas - Calculation of calorific values, density, relative density
and Wobbe index from composition
ISO 10723 Natural Gas-Performance Evaluation for On-line Analytical Systems

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 4 OF 7

2.2 Reference Documents and Specifications:


a) Instrumentation Design Criteria
b) Basic Bid Work
c) Project P & IDs / Process Design Criteria / Process Instrumentation Data Sheets

3.0 SCOPE OF SUPPLY:

3.1 The quantity to be supplied and installed shall be as per the requirements indicated in the Basic
Bid Work and the P & IDs.
3.2 The vendor shall be responsible for the selection of the Flow Computer suitable for its
intended application, its procurement, tagging, packing, testing & calibration, preparation for
shipment, along with accessories, spares, and assistance where required for its installation &
commissioning at site. This FS shall be read in conjunction with the Instrument Design
Criteria.

4.0 FLOW COMPUTER:

4.1 PURPOSE:
4.1.1 The purpose of Flow Computer is to perform flow calculations, data archival, data retrieval and
data transmission to the required destination.
4.1.2 For Gases, Flow Computer shall be used obtaining compensated flow, instantaneous flow,
cumulative flow and compensation parameters (Pressure and Temperature) , Molecular
weight , & Totalized flow ( Mass / Volume ).
4.1.3 For Liquids , Flow Computer shall be used for obtaining uncompensated flow , Compensated
flow , Instantaneous Flow , Compensation Parameters (Temperature, Viscosity) , Density ,
Totalized flow ( Mass / Volume ) and Net Oil and water cut ,wherever applicable.

4.2 GENERAL REQUIREMENTS:


4.2.1 Flow Computer shall be wall mounted or field mounted in case of Unmanned Platforms and
for Process Platform flow computer shall be Panel mounted in Central Control Room.
4.2.2 Wall Mounted Flow Computer shall be mounted in the TIC room on unmanned platforms. It
shall have an enclosure suitable for use in safe area with rating of IP 54.
4.2.3 Field Mounted Flow Computer shall be provided with an enclosure with NEMA 4 X or
equivalent rating and shall be certified for use in hazardous area by a statutory body as
defined in Clause 3.6.4.4.5 of Instrumentation Design criteria. Necessary certifications shall
be attached with Purchase Specification.
4.2.4 Field Mounted Flow Computer can be of the following types:

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 5 OF 7

• With integral solar cells: This type of Field Mounted Flow Computer shall be provided
where power availability is a constraint.
• Without integral solar cells: This type of Field Mounted Flow Computer shall be
provided where power is available from the existing / new power supply system.
4.2.5 Deleted.
5
4.2.6 Deleted.
4.2.7 For field mounting, mounting accessories required for Flow Computer shall be 316SS or
better. All instrument supports for installation shall be galvanized.
4.2.8 Flow Computer shall be capable of archiving data for a minimum of 15 (fifteen) days for a
minimum of 10 (Ten) parameters.
4.2.9 The time interval of data capturing / frequency of data logging shall be user-programmable
with standard 1 hour, 10 minutes and 1 minute intervals.
4.2.10 Flow Computer shall be capable of providing data of trends displays over user selectable
time base.
4.2.11 Flow Computer shall have facility for changing the range selection, multiplication factor.
4.2.12 Necessary software shall be provided with the flow computer as per application.

4.2.13 Power Supply:

4.2.13.1 Flow Computer shall operate on 24 V DC supply.


4.2.13.2 Flow Computer shall have Li-ion or equivalent permanent battery back-up with battery life
for three years continuous operation of data archival etc.
4.2.14 Inputs to Flow Computer:
4.2.14.1 The Flow Computer shall be capable of accepting the following inputs:
• 4 – 20 mA signals ( HART)
• Pulse inputs
• Digital inputs
• RTD inputs
• 0 – 5 V signals
5
• Serial input (RS 232, RS 485, and Modbus or Ethernet TCP/IP protocol )

Specific inputs that are to be connected to Flow Computer shall be as per P & IDs
and process requirement.
4.2.15 Outputs from Flow Computer:
4.2.15.1 Flow Computer shall be capable of generating following outputs:
• 4 – 20 mA analog signals
• Digital signals
• RS-232C / RS 485 Modbus or Ethernet TCP/IP protocol for RTU / DCS

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 6 OF 7

The specific outputs that are required from Flow Computer shall be as per P & IDs and
process requirements.

4.2.16 Display Requirements:

4.2.16.1 Flow Computer shall have in general two displays with LCD backlit screens, one resettable
for indicating instantaneous flow, compensated flow and compensation parameters
(minimum 6 digit) and other non resettable ( min 8 digits).
4.2.16.2 Flow computer shall have facility to configure engineering units required for display as per
requirement. Flow Computer unit shall have a user-friendly keypad for selection of
functions and displays. Calling up a function or a display shall not require more than 3 key
presses. The keypad shall suitable for performing simple programming / customization of
Flow Computer software. It shall be possible to configure certain keys on keypad for
launching quick functions.
4.2.16.3 The flow computer shall also have facility to input quality parameter such as N2, CO2,
specific gravity and detailed composition C1 to C6+ using keypad inputs etc.

4.3 DIAGNOSTICS:

4.3.1 Flow Computer shall be capable of performing self-diagnostics of electronics and software.
It shall also provide relevant error display.
4.3.2 ‘Low battery’ indication shall be generated on LCD screen.

4.4 ACCURACY:
4.4.1 The accuracy of the Flow Computer shall be ± 0.025% or better.

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
Spec. No. 3211
Offshore Design Section
Functional Specifications Rev. No. 5
Engineering Services
Discipline Instt
ISO – 9001:2000 FLOW COMPUTER
Page: 7 OF 7

ANNEXURE – I : DATA SHEET FOR FLOW COMPUTER

FLOW COMPUTER
UNITS: Flow Liquid – M3/HR. Gas – NM3/HR. Pressure – Kg/cm2 Temperature – oC Level/Length - M
1 Tag Number
2 Display Capability:
a) Instantaneous Flow Data Required
b) Compensated Flow Data Required
GENERAL
c) Cumulative Flow Data Required
d) Compensation Parameters Required
e) Others (Specify)
3 Control Panel Mounted Yes / No
Wall Mounted Yes /No
TYPE OF FLOW 4 Field Mounted ( suitable for area classification) Yes / No
a) With Integral Solar Cell Array Yes / No
COMPUTER b) Without Integral Solar Cell Array Yes / No
c) With Integral Multi Variable Sensor Yes / No
5 Display:
a) No. of lines of display
FLOW COMPUTER b) No. of characters per line
CHARACTERISTICS c) Alphanumeric display Yes / No
6 Programmable Keypad Required
7 Diagnostics Required
8 Power Supply
POWER SUPPLY &
9 Battery Back-Up Type
BATTERY BACK-UP
10 If Permanent Battery, life of battery
11 4 – 20 mA signal (mention quantity of such I/O)
12 Pulse inputs (mention no. of such I/O)
INPUT TO FLOW 13 Digital inputs (mention no. of such I/O)
COMPUTER 14 RTD inputs (mention no. of such I/O)
15 0 – 5 V signal (mention no. of such I/O)
16 Serial inputs/Others, if any, with comm., protocol
17 4 – 20 mA signal (mention no. of such I/O)
OUTPUT FROM FLOW 18 Digital outputs (mention no. of such I/O)
COMPUTER 19 Communication Port (i.e. RS-232, etc.)with protocol
20 Others, if any, with no. of such I/O
21 No. of days for which data can be stored
DATA ARCHIVING
22 Frequency of data logging permissible
MATERIAL 23 Enclosure
ENCLOSURE 24 Rating
ACCURACY 25 Flow Computer Accuracy
26 Fluid State
27 Flow Min. Maximum
28 Flow Normal
29 Inlet Pressure Operating Maximum
SERVICE CONDITIONS 30 Temperature Operating Maximum
31 Sp. Gr. at Oper. Temp.
32 Molecular Weight
33 Operating Viscosity (CP)
34 Corrosive Content
35 IS Certification
36 Manufacturer
ITEM DETAILS
37 Model Number
38 Remarks

VENDOR SEAL AND SIGNATURE

FORMAT No. Ref. PROCEDURE No. ISSUE No. REV. No. REV. DATE:
ODS/SOF/004B ODS/SOP/008 to 015 03 00 02.12.2008
IRT No. ODS/INST/IRT/15
Offshore Design INSPECTION
Section REQUIREMENT
Engineering Rev No 1
TABLE
Services
(ISO – Discipline Instrumentation
9001:2008)

Item: Electronic Transmitter FS No.-3403, 3302 & 3202 Inspection Category: C


(PT,DPT,TT,FT & MVT)
1. Inspection by ONGC / Certification Agency (CA)
2. Inspection by ONGC / Third Party Inspector (TPI)
3.Inspection by EPC / EPC's Inspection Agency (IA)
Activity No

4. Inspection by Vendor/ Sub vendor


5. Certificates/compliance/Data/Information to be submitted by vendor
for Review/ Approval
6. Stages of Inspection
General & documents- For Review/Approval /Information
1 A -- A H X Inspection and Test Plan
2 R -- R H X Material test certificates, Compliance certificates for wetted parts ( NACE for
sour service)
3 R -- R H X NDT records as per company specification (as applicable).
Surface preparation and Protective coating (Visual & Final DFT check) as per
R -- R H X ONGC Spec 2005 (As applicable)
4
Factory test reports, Calibration test Certificates
R -- R H X
5
Type test certificate for Hazardous area classification( Test certificate /
6 R -- R H X Conformity certificate ), Test certificate / Conformity certificate for enclosure
class, RFI & EMI, SIL2 Certification etc. as per ONGC Spec ( As Applicable)
Inspection & Testing- For Witness/ Random Witness
Final Visual, Dimensional(1pc/type/model/lot), Tagging, Nameplate
7 -- -- W H X check ,Mounting type, Process / Pneumatic connection check , Cable
entry check, Display Check, Accessories check etc.
8 -- -- RW H X Functional, Operational, Calibration check.
-- RW H X Check with "HAND HELD COMMUNICATOR" in case of smart type
-- transmitter (Random witnessed 10%)
9
-- RW H X Over range test, Hydro test((10% Random Witnessed) (as applicable)
--
10
11 Undertake any other Tests as stated in the relevant FS of the Item and
-- -- W W X
Confirm Compliance of the Item under Inspection to ONGCs FS.
IRN For issue by CA/TPI/Contractor IA
11 -- - Is H X Issue & Documentation at Vendor Works
IMIR/GIIR at Yard/Offshore
12 W W - H X Verification of items as per IRN along with all Inspection Report
13 IS R - - X IMIR/GIIR on the basis of IRN

LEGENDS & NOTES: Explained separately

Format No Ref. Proc. No Issue No Rev No Rev. Date


ODS/SOF/004A ODS/SOP/023 02 00 04.03.2016
IRT No. ODS/INST/IRT/38
Offshore Design INSPECTION
Section REQUIREMENT
Engineering Rev No 1
TABLE
Services
(ISO – Discipline Instrumentation
9001:2008)

Item: Flow Computer FS No.-3211 Inspection Category: C

1. Inspection by ONGC / Certification Agency (CA)


2. Inspection by ONGC / Third Party Inspector (TPI)
3.Inspection by EPC / EPC's Inspection Agency (IA)
4. Inspection by Vendor/ Sub vendor
Activity No

5. Certificates/compliance/Data/Information to be submitted by
vendor
for Review/ Approval
6. Stages of Inspection
General & documents- For Review/Approval /Information
1 A -- R H X Inspection Test Plan
2 R -- R H X Review of internal test, calibration reports.
3 R H X Type test certificates, confirmity certificate (As applicable) for specified
R --
enclosure class & Hazardous Area Classification.
Inspection & Testing- For Witness/ Random Witness
4 Final visual, dimensional ( 1 Pc Per Type/ Model ), nameplate check
-- -- W H X including process connection, cable entry, blind plugs, accessories check
etc.
5 -- -- RW H X Functional, Calibration check (*Random witness 10%).
6 -- Undertake any other Tests as stated in the relevant FS of the Item and Confirm
-- W W X
Compliance of the Item under Inspection to ONGCs FS.
IRN For issue by CA/TPI/Contractor IA
7 -- - Is H X Issue & Documentation at Vendor Place
IMIR/GIIR at Yard/Offshore
8 W W - H X Verification of items as per IRN along with all Inspection Report
9 IS R - - X IMIR/GIIR on the basis of IRN

LEGENDS & NOTES: Explained separately

Format No Ref. Proc. No Issue No Rev No Rev. Date


ODS/SOF/004A ODS/SOP/023 02 00 04.03.2016

You might also like