0% found this document useful (0 votes)
15 views49 pages

W5 - Automations & CCTV SPECS

This is about cctv operation

Uploaded by

4w9dhmkvr8
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)
15 views49 pages

W5 - Automations & CCTV SPECS

This is about cctv operation

Uploaded by

4w9dhmkvr8
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

6-B-11-2 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

Table of Contents
11 Automation and control system ................................................................................................... 4
11.1 Substation Automation and Control System............................................................ 4
11.1.1 Scope ................................................................................................................... 4
11.1.2 Design requirements ............................................................................................ 5
11.1.3 System Architecture ............................................................................................. 6
11.1.4 Functional Requirements ...................................................................................... 7
11.1.5 System hardware:............................................................................................... 18
11.1.6 Software structure .............................................................................................. 21
11.1.7 Tests .................................................................................................................. 22
11.1.8 System Operation ............................................................................................... 25
11.1.9 Power Supply ..................................................................................................... 26
11.1.10 Documentation ................................................................................................ 26
11.1.11 Training, Support Services, Maintenance and Spares ..................................... 27
11.1.12 Maintenance ................................................................................................... 29
11.1.13 Reliability and Availability ................................................................................ 30
11.1.14 Spares ............................................................................................................ 31
11.1.15 List of Equipment ............................................................................................ 32
11.1.16 List of Analogue and Digital Inputs .................................................................. 32
11.1.17 List of I/O Points to be transmitted to RSCC ................................................... 36
11.2 Communication System ........................................................................................ 37
11.2.1 Scope of Work .................................................................................................... 37
11.2.2 Telephone System.............................................................................................. 37
11.2.3 Optical Communication System .......................................................................... 41
11.2.4 Clock System ..................................................................................................... 41
11.2.5 Spare Parts ........................................................................................................ 43
11.2.6 Workshop Tests.................................................................................................. 43
11.2.7 Site Tests ........................................................................................................... 44
11.3 Security System.................................................................................................... 45
11.3.1 Scope of Work .................................................................................................... 45
11.3.2 Closed Circuit TV system (CCTV) ...................................................................... 45

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-3

11.3.3 Access Control System....................................................................................... 47


11.3.4 Spare Parts ........................................................................................................ 49
11.3.5 Workshop Tests.................................................................................................. 49
11.3.6 Site Tests ........................................................................................................... 49

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-4 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

11 AUTOMATION AND CONTROL SYSTEM

11.1 Substation Automation and Control System

11.1.1 Scope

This section describes the functions to be performed by the SCADA-ready system ± software
applications and hardware for circuit breakers / transformers for distribution system of the
DSUEP project area. These specifications are limited to a localized SCADA-ready system in
each 33/11 kV substation under DSUEP. Communication backbone can be laid by NEA at a
later stage to facilitate remote operation. Other 33/11 kV substations operated by NEA in
province Lumbini, Karnali and Sudurpashchim may also be made SCADA compatible and
connected with this system. Communication backbone and SCADA systems in non-DSUEP
substations is beyond the scope of this specification.

Bidders are encouraged to supply standard, proven & tested products that meet or exceed the
Specification requirements. Unless specified as optional functions/ features all functions /
features mandatory for the project area.

The substation automation system shall be offered from a manufacturer who must have
designed, manufactured, tested, installed and commissioned substation automation system
which must be in satisfactory operation on 33 kV system or higher for at least 2 (Two) years as
on the date of bid opening.

The Substation Automation System (SAS) shall be installed to control and monitor all the sub-
station equipment from remote control centre (RCC) as well as from local control centre.

The SAS shall contain the following main functional parts:

‡ Bay control Intelligence Electronic Devices (IEDs) for control and monitoring.

‡ Station Human Machine Interface (HMI)

‡ Redundant managed switched Ethernet Local Area Network communication


infrastructure with hot standby.

‡ Gateway for remote control via industrial grade hardware (to RCC) through IEC60870-5-
101 protocol.

‡ Gateway for remote supervisory control (to RSCC), the gateway should be able to
communicate with RSCC on IEC 60870-5-101/104 protocol. Communication backbone can be
laid by NEA at a later stage to facilitate remote operation.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-5

Peripheral equipment like printers, display units, keyboards, Mouse etc. It shall enable local
station control via a PC by means of human machine interface (HMI) and control software
package, which shall contain an extensive range of supervisory control and data acquisition
(SCADA) functions. It shall include communication gateway, intelligent electronic devices (IED)
for bay control and inter IED communication infrastructure. An architecture drawing for SAS is
enclosed.

The communication gateway shall facilitate the information flow with remote control centres.
The bay level intelligent electronic devices (IED) for protection and control shall provide the
direct connection to the switchgear without the need of interposing components and perform
control, protection, and monitoring functions.

11.1.2 Design requirements

The Substation Automation System (SAS) shall be suitable for operation and monitoring of the
complete substation including future extensions as given in GTS.

The systems shall be of the state-of-the art suitable for operation under electrical environment
present in medium voltage substations, follow the latest engineering practice, and ensure long-
term compatibility requirements and continuity of equipment supply and the safety of the
operating staff.

The offered SAS shall support remote control and monitoring from Remote Control centres via
gateways.

The system shall be designed such that personnel without any background knowledge in
Microprocessor-based technology are able to operate the system. The operator interface shall
be intuitive such that operating personnel shall be able to operate the system easily after
having received some basic training.

The system shall incorporate the control, monitoring and protection functions specified, self-
monitoring, signalling and testing facilities, measuring as well as memory functions, event
recording and evaluation of disturbance records.

Maintenance, modification or extension of components may not cause a shutdown of the whole
substation automation system. Self-monitoring of components, modules and communication
shall be incorporated to increase the availability and the reliability of the equipment and
minimize maintenance.

Bidder shall offer the Bay level unit (a bay comprises of one circuit breaker and associated
disconnector, earth switches and instrument transformer), bay mimic along with relay and
protection panels housed in air-conditioned Control Room suitably located in switchyard and

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-6 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

Station HMI in Control Room building for overall optimization in respect of cabling and control
room building.

11.1.3 System Architecture

The SAS shall be based on a decentralized architecture and on a concept of bay-oriented,


distributed intelligence.

Functions shall be decentralized, object-oriented and located as close as possible to the


process.

The main process information of the station shall be stored in distributed databases. The typical
SAS architecture shall be structured in two levels, i.e., in a station and a bay level.

At bay level, the IEDs shall provide all bay level functions regarding control, monitoring and
protection, inputs for status indication and outputs for commands. The IEDs should be directly
connected to the switchgear without any need for additional interposition or transducers.

Each bay control IED shall be independent from each other, and its functioning shall not be
affected by any fault occurring in any of the other bay control units of the station.

The data exchange between the electronic devices on bay and station level shall take place via
the communication infrastructure. This shall be realized using fibre-optic or Ethernet cables,
thereby guaranteeing disturbance free communication. The fibre optic cables/Ethernet shall be
run in G.I. conduit pipes. Data exchange is to be realized using IEC 61850 protocol with a
redundant managed switched Ethernet communication infrastructure

The communication shall be made in fault tolerant ring in redundant mode, excluding the links
between individual bay IEDs to switch wherein the redundant connections are not envisaged,
such that failure of one set of fiber shall not affect the normal operation of the SAS. However,
failure of fiber shall be alarmed in SAS. Each fiber optic cable shall have four (4) spare fibers
and Ethernet cable shall have at least (1) one spare cables.

At station level, the entire station shall be controlled and supervised from the station HMI. It
shall also be possible to control and monitor the bay from the bay level equipment at all times.

Clear control priorities shall prevent operation of a single switch at the same time from more
than one of the various control levels, i.e., RCC, station HMI, bay level or apparatus level. The
priority shall always be on the lowest enabled control level.

The station level contains the station-oriented functions, which cannot be realized at bay level,
e.g., alarm list or event list related to the entire substation, gateway for the communication with
remote control centres.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-7

The GPS time synchronizing signal (as specified in the section relay & protection) for the
synchronization of the entire system shall be provided.

The SAS shall contain the functional parts as described in para 1.2 above.

11.1.4 Functional Requirements

The high-voltage apparatus within the station shall be operated from different places:

- Remote control centres

- Station HMI.

- Local Bay controller IED (in the bays)

Operation shall be possible by only one operator at a time.

The operation shall depend on the conditions of other functions, such as interlocking,
synchrocheck, etc. (see description in ³Bay level control functions´).

a. Select before Execute

For security reasons the command is always to be given in two stages: selection of the object
and command for operation under all mode of operation except emergency operation. Final
execution shall take place only when selection and command are actuated.

b. Command Supervision

i Bay/station interlocking and blocking

Software Interlocking is to be provided to ensure that inadvertent incorrect operation of


switchgear causing damage and accidents in case of false operation does not take place.

In addition to software interlocking hardwired interlocking are to be provided for:

a) Bus Earth switch Interlocking

b) Isolator Interlocking

It shall be a simple layout, easy to test and simple to handle when upgrading the station with
future bays. For software interlocking the bidder shall describe the scenario while an IED of
another bay is switched off or fails.

A software interlock override function shall be provided which can be enabled to bypass the
interlocking function.

c. Run Time Command cancellation

Command execution timer (configurable) must be available for each control level connection. If
the control action is not completed within a specified time, the command should get cancelled.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-8 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

d. Self-supervision

Continuous self-supervision function with self-diagnostic feature shall be included.

e. User configuration

The monitoring, controlling and configuration of all input and output logical signals and binary
inputs and relay outputs for all built-in functions and signals shall be possible both locally and
remotely.

It shall also be possible to interconnect and derive input and output signals, logic functions,
using built-In functions, complex voltage and currents, additional logics (AND-gates, OR gates
and timers). (Multi-activation of these additional functions should be possible).

The Functional requirement shall be divided into following levels:

a) Bay (a bay comprises of one circuit breaker and associated disconnector, earth
switches and instrument transformer) Level Functions

b) System Level Functions

f. Bay level functions

In a decentralized architecture the functionality shall be as close to the process as possible. In


this respect, the following functions can be allocated at bay level:

a) Bay control functions including data collection functionality in bay control/protection unit.

b) Bay protection functions

Separate IEDs shall be provided for bay control function and bay protection function.

i Bay control functions

a) Overview

Functions

ƒ Control mode selection

ƒ Select-before-execute principle

ƒ Command supervision:

- Interlocking and blocking

- Double command

ƒ Synchrocheck, voltage selection

ƒ Run Time Command cancellation

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-9

ƒ Transformer tap changer control (Raise and lower of tap ) (for power transformer bays)

ƒ Operation counters for circuit breakers

ƒ Breaker position indication per phase

ƒ Alarm annunciation

ƒ Measurement display

ƒ Local HMI (local guided, emergency mode)

ƒ Interface to the station HMI.

ƒ Data storage for at least 200 events

ƒ Extension possibilities with additional I/O's inside the unit or via fibre-optic/Ethernet
communication.

b) Control mode selection

Bay level Operation:

As soon as the operator receives the operation access at bay level the operation is normally
performed via bay control IED. During normal operation bay control unit allows the safe
operation of all switching devices via the bay control IED.

EMERGENCY Operation:

It shall be possible to close or open the selected Circuit Breaker with ON or OFF push buttons
even during the outage of bay IED.

REMOTE mode:

Control authority in this mode is given to a higher level (Remote Control Centre) and the
installation can be controlled only remotely. Control operation from lower levels shall not be
possible in this operating mode.

c) Synchronism and energizing check

The synchronism and energizing check functions shall be bay-oriented and distributed to the
bay control and/or protection devices. These features are:

- Settable voltage, phase angle, and frequency difference.

- Energizing for deadline - live bus, live line - dead bus or deadline ± dead bus with no
synchro-check function.

- Synchronising between live line and live bus with synchro-check function

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-10 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

Voltage selection

The voltages relevant for the Synchro check functions are dependent on the station topology,
i.e., on the positions of the circuit breakers and/or the isolators. The correct voltage for
synchronizing and energizing is derived from the auxiliary switches of the circuit breakers, the
isolator, and earthing switch and shall be selected automatically by the bay control and
protection IEDs.

d) Transformer tap changer control

Raise and lower operation of OLTC taps of transformer shall be facilitated through Bay
controller IED.

ii Bay protection functions

a) General

The protection functions are independent of bay control function. The protection shall be
provided by separate protection IEDs (numerical relays) and other protection devices as per
section Relay & Protection.

IEDs, shall be connected to the communication infrastructure for data sharing and meet the
real-time communication requirements for automatic functions. The data presentation and the
configuration of the various IEDs shall be compatible with the overall system communication
and data exchange requirements.

Event and disturbance recording function

Each IED should contain an event recorder capable of storing at least 100 time-tagged events.

b) Bay Monitoring Function:

Analogue inputs for voltage and current measurements shall be connected directly to the
voltage transformers (VT) and the current transformers (CT) without intermediate transducers.
The values of active power (W), reactive power (VAR), frequency (Hz), and the rms values for
voltage (U) and current (I) shall be calculated in the Bay control/protection unit.

g. System level functions

i Status supervision

The position of each switchgear, e.g. circuit breaker, isolator, earthing switch, transformer tap
changer etc., shall be supervised continuously. Every detected change of position shall be
immediately displayed in the single-line diagram on the station HMI screen, recorded in the

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-11

event list, and a hard copy printout shall be produced. Alarms shall be initiated in the case of
spontaneous position changes.

The switchgear positions shall be indicated by two auxiliary switches, normally closed (NC) and
normally open (NO), which shall give ambivalent signals. An alarm shall be initiated if these
position indications are inconsistent or if the time required for operating mechanism to change
position exceeds a predefined limit.

ii Measurements

The analogue values acquired/calculated in bay control/protection unit shall be displayed locally
on the station HMI and in the control centre. The abnormal values must be discarded. The
analogue values shall be updated every 2 seconds.

Threshold limit values shall be selectable for alarm indications.

iii Event and alarm handling

Events and alarms are generated either by the switchgear, by the control IEDs, or by the station
level unit. They shall be recorded in an event list in the station HMI. Alarms shall be recorded in
a separate alarm list and appear on the screen. All, or a freely selectable group of events and
alarms shall also be printed out on an event printer. The alarms and events shall be time-
tagged with a time resolution of 1 ms.

iv Station HMI

a) Substation HMI Operation:

On the HMI the object has to be selected first. In case of a blocking or interlocking conditions
are not met, the selection shall not be possible and an appropriate alarm annunciation shall
occur. If a selection is valid the position indication will show the possible direction, and the
appropriate control execution button shall be pressed in order to close or open the
corresponding object.

Control operation from other places (e.g., REMOTE) shall not be possible in this operating
mode.

b) Presentation and dialogues

The operator station HMI shall be a redundant with hot standby and shall provide basic
functions for supervision and control of the substation. The operator shall give commands to the
switchgear on the screen via mouse clicks.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-12 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

The HMI shall give the operator access to alarms and events displayed on the screen. Aside
from these lists on the screen, there shall be a printout of alarms or events in an event log.

An acoustic alarm shall indicate abnormalities, and all unacknowledged alarms shall be
accessible from any screen selected by the operator.

The following standard pictures shall be available from the HMI:

- Single-line diagram showing the switchgear status and measured values

- Control dialogues with interlocking or blocking information details. This control dialogue
shall tell the operator whether the device operation is permitted or blocked.

- Measurement dialogues

- Alarm list, station / bay-oriented

- Event list, station / bay-oriented

- System status

c) HMI design principles

Consistent design principles shall be adopted with the HMI concerning labels, colours,
dialogues and fonts. Non-valid selections shall be dimmed out.

The object status shall be indicated using different status colours for:

- Selected object under command

- Selected on the screen

- Not updated, obsolete values, not in use or not sampled

- Alarm or faulty state

- Warning or blocked

- Update blocked or manually updated

- Control blocked

- Normal state

d) Process status displays and command procedures

The process status of the substation in terms of actual values of currents, voltages, frequency,
active and reactive powers as well as the positions of circuit breakers, isolators and transformer
tap-changers shall be displayed in the station single-line diagram.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-13

In order to ensure a high degree of security against undesired operation, a "select-before-


execute" command procedure shall be provided. After the "selection" of a switch, the operator
shall be able to recognize the selected device on the screen, and all other switchgear shall be
blocked. As communication between control centre and device to be controlled is established,
the operator shall be prompted to confirm the control action and only then final execute
command shall be accepted. $IWHU WKH ³H[HFXWLRQ´ RI WKH FRPPDQG WKH RSHUDWHG VZLWFKLQJ
symbol shall flash until the switch has reached its new position.

The operator shall be in a position to execute a command only, if the switch is not blocked and
if no interlocking condition is going to be violated. The interlocking statements shall be checked
by the interlocking scheme implemented at bay and station level.

After command execution the operator shall receive a confirmation that the new switching
position has been reached or an indication that the switching procedure was unsuccessful with
the indication of the reason for non-functioning.

e) System supervision & display

The SAS system shall be comprehensively self-monitored such that faults are immediately
indicated to the operator, possibly before they develop into serious situations. Such faults are
recorded as a faulty status in a system supervision display. This display shall cover the status
of the entire substation including all switchgear, IEDs, communication infrastructure and remote
communication links, and printers at the station level, etc.

f) Event list

The event list shall contain events that are important for the control and monitoring of the
substation.

The event and associated time (with1 ms resolution) of its occurrence has to be displayed for
each event.

The operator shall be able to call up the chronological event list on the monitor at any time for
the whole substation or sections of it.

A printout of each display shall be possible on the hard copy printer.

The events shall be registered in a chronological event list in which the type of event and its
time of occurrence are specified. It shall be possible to store all events in the computer for at
least one month. The information shall be obtainable also from a printed event log.

The chronological event list shall contain:

- Position changes of circuit breakers, isolators and earthing devices

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-14 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

- Indication of protective relay operations

- Fault signals from the switchgear

- Indication when analogue measured values exceed upper and lower limits. Suitable
provision shall be made in the system to define two level of alarm on either side of the
value or which shall be user defined for each measurands.

- Loss of communication.

Filters for selection of a certain type or group of events shall be available. The filters shall be
designed to enable viewing of events grouped per:

- Date and time

- Bay

- Device

- Function e.g. trips, protection operations etc.

- Alarm class

g) Alarm list

Faults and errors occurring in the substation shall be listed in an alarm list and shall be
immediately transmitted to the control centre. The alarm list shall substitute a conventional
alarm table, and shall constitute an evaluation of all station alarms. It shall contain
unacknowledged alarms and persisting faults. The date and time of occurrence shall be
indicated.

The alarm list shall consist of a summary display of the present alarm situation. Each alarm
shall be reported on one line that contains:

- The date and time of the alarm

- The name of the alarming object

- A descriptive text

- The acknowledgement state.

Whenever an alarm condition occurs, the alarm condition must be shown on the alarm list and
must be displayed in a flashing state along with an audible alarm. After acknowledgement of
the alarm, it should appear in a steady (i.e. not flashing) state and the audible alarm shall stop.
The alarm should disappear only if the alarm condition has physically cleared and the operator
has reset the alarm with a reset command. The state of the alarms shall be shown in the alarm

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-15

list (Unacknowledged and persistent, Unacknowledged and cleared, Acknowledged and


persistent).

Filters for selection of a certain type or group of alarms shall be available as for events.

h) Object picture

When selecting an object such as a circuit breaker or isolator in the single-line diagram, the
associated bay picture shall be presented first. In the selected object picture, all attributes like

- Type of blocking

- Authority

- Local / remote control

- RSCC / SAS control

- Errors

- etc.,

shall be displayed.

i) Control dialogues

The operator shall give commands to the system by means of mouse click located on the
single-line diagram. Data entry is performed with the keyboard. Dedicated control dialogues for
controlling at least the following devices shall be available:

- Breaker and disconnector

- Transformer tap-changer

v User-authority levels

It shall be possible to restrict activation of the process pictures of each object (bays,
apparatus...) within a certain user authorisation group. Each user shall then be given access
rights to each group of objects, e.g.:

- Display only

- Normal operation (e.g. open/close of switchgear)

- Restricted operation (e.g. by-passed interlocking)

- System administrator

For maintenance and engineering purposes of the station HMI, the following authorisation
levels shall be available:

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-16 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

- No engineering allowed

- Engineering/configuration allowed

- Entire system management allowed

The access rights shall be defined by passwords assigned during the log-in procedure. Only the
system administrator shall be able to add/remove users and change access rights.

vi Reports

The reports shall provide time-related follow-ups of measured and calculated values. The data
displayed shall comprise:

ƒ Trend reports:

- Day (mean, peak)

- Month (mean, peak)

- Semi-annual (mean, peak)

- Year (mean, peak)

ƒ Historical reports of selected analogue Values:

- Day (at 15 minutes interval)

- Week

- Month

- Year

It shall be possible to select displayed values from the database in the process display on-line.
Scrolling between e.g. days shall be possible. Unsure values shall be indicated. It shall be
possible to select the time period for which the specific data are kept in the memory.

Following printouts shall be available from the printer and shall be printed on demand:

- Daily voltage and frequency curves depicting time on X-axis and the appropriate
parameters on the Y-axis. The time duration of the curve is 24 hours.

- Weekly trend curves for real and derived analogue values.

- Printouts of the maximum and minimum values and frequency of occurrence and
duration of maximum and minimum values for each analogue parameter for each circuit
in 24 hr period.

- Equipment operation details shift wise and during 24 hours.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-17

- Printout on adjustable time period as well as on demand for MW, MVAR, Current,
Voltage on each feeder and transformer as well as Tap Positions, temperature and
status of fans for transformers.

- Printout on adjustable time period as well as on demand system frequency.

- Reports in specified formats which shall be handed over to successful bidder. The
bidder has to develop these reports. The reports are limited to the formats for which
data is available in the SAS database.

vii Trend display (historical data)

It shall be possible to illustrate all types of process data as trends - input and output data,
binary and analogue data. The trends shall be displayed in graphical form as column or curve
diagrams with a maximum of 10 trends per screen. Adjustable time span and scaling ranges
must be provided.

It shall be possible to change the type of value logging (direct, mean, sum, or difference) on-line
in the window. It shall also be possible to change the update intervals on-line in the picture as
well as the selection of threshold values for alarming purposes.

viii Automatic disturbance file transfer

All recorded data from the IEDs with integrated sever computer shall be automatically uploaded
(event triggered or once per day) to a master server computer and be stored on the hard disc.

ix IED parameter setting

It shall be possible to access all protection and control IEDs for reading the parameters
(settings) from the station HMI or from a dedicated monitoring computer. The setting of
parameters or the activation of parameter sets shall only be allowed after entering a password.

x Automatic sequences

The available automatic sequences in the system should be listed and described, (e.g.
sequences related to the bus transfer). It must be possible to initiate pre-defined automatic
sequences by the operator and also define new automatic sequences.

h. Gateway

i Communication Interface

The Substation Automation System shall have the capability to support simultaneous
communications with multiple independent remote master stations,

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-18 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

The Substation Automation System shall have communication ports as follows:

a) Two ports for Remote Control Centre

b) Two ports for Regional System Coordination Centre (RSCC)

The communication interface to the SAS shall allow scanning and control of defined points
within the substation automation system independently for each control centre. The substation
automation system shall simultaneously respond to independent scans and commands from
employer's control centres (RCC & RSCC). The substation automation system shall support the
use of a different communication data exchange rate (bits per second), scanning cycle, and/or
communication protocol to each remote-control FHQWUH $OVR HDFK FRQWURO FHQWUH¶V GDWD VFDQ
and control commands may be different for different data points within the substation
automation system's database.

ii Remote Control Centre Communication Interface

Employer will supply communication channels between the Substation Automation System and
the remote-control centre. The communication channels provided by Employer will consist
either of power microwave, optical fibre, VSAT or leased line, the details of which shall be
provided during detailed Engineering.

iii Interface equipment:

The Contractor shall provide interface equipment for communicating between Substation
Automation system and Remote-control centre and between Substation Automation system
and Regional System Coordination Centre (RSCC). All necessary hardware and software shall
also be in the scope of bidder.

iv Communication Protocol

The communication protocol for gateway to control centre must be open protocol and shall
support IEC 60870-5-101/104 and IEC 61850 for all levels of communication for sub-station
automation such as Bay to station HMI, gateway to remote station etc.

11.1.5 System hardware:


a. Redundant Station HMI, Remote HMI:

The contractor shall provide redundant station HMI in hot standby mode. The servers used in
these workstations shall be of industrial grade.

It shall be capable to perform all functions for entire substation including future requirements as
indicated in the SLD. It shall use industrial grade components. Processor and RAM shall be

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-19

selected in such a manner that during normal operation not more than 30% capacity of
processing and memory are used. Supplier shall demonstrate these features.

The capacity of hard disk shall be selected such that the following requirement should occupy
less than 50% of disk space:

a) Storage of all analogue data (at 15 Minutes interval) and digital data including alarm,
event and trend data for thirty (30) days,

b) Storage of all necessary software,

c) 10 GB space for OWNER'S use.

Supplier shall demonstrate that the capacity of hard disk is sufficient to meet the above
requirement.

i HMI (Human Machine Interface)

The VDU shall show overview diagrams (Single Line Diagrams) and complete details of the
switchgear with a colour display. All event and alarm annunciation shall be selectable in the
form of lists. Operation shall be by a user friendly function keyboard and a cursor positioning
device. The user interface shall be based on WINDOWS concepts with graphics & facility for
panning, scrolling, zooming, decluttering etc.

ii Visual Display Units/TFT's (Thin Film Technology)

The display units shall have high resolution and reflection protected picture screen. High
stability of the picture geometry shall be ensured. The screen shall be at least 21" diagonally in
size and capable of colour graphic displays.

The display shall accommodate resolution of 1280 X 1024 pixels.

iii Printer

It shall be robust & suitable for operation with a minimum of 132 characters per line. The
printing operation shall be quiet with a noise level of less than 45 dB suitable for location in the
control room. Printer shall accept and print all ASCII characters via master control computer
unit interface.

The printer shall have an off line mode selector switch to enable safe maintenance. The
maintenance should be simple with provisions for ease of change of print head, ribbon
changing, paper insertion etc.

All reports and graphics prints shall be printed on printer

All printers shall be continuously online.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-20 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

iv Mass Storage Unit

The mass storage unit shall be built-in to the Station HMI. All operational measured values, and
indications shall be stored in a mass-storage unit in form of DVD RW the unit should support at
least Read (48X), Write (24X), and Re-Write (10X) operations, with Multi-Session capability. It
should support ISO9660, Rockridge and Joliet Filesystems. It should support formatting and
use under the operating system provided for Station HMI. The monthly back up of data shall be
taken on disc. The facility of back up of data shall be inherent in the software.

v Switched Ethernet Communication Infrastructure:

The bidder shall provide the redundant switched optical/Ethernet communication infrastructure
for SAS. One switch shall be provided to connect all IEDs for bays of yard to communication
infrastructure. Each switch shall have at least two spare ports for connecting bay level IEDs and
one spare port for connecting station bus.

b. Bay level unit

The bay unit shall use industrial grade components. The bay level unit, based on
microprocessor technology, shall use numerical techniques for the calculation and evaluation of
externally input analogue signals. They shall incorporate select-before-operate control
principles as safety measures for operation via the HMI. They shall perform all bay related
functions, such as control commands, bay interlocking, data acquisition, data storage, event
recording and shall provide inputs for status indication and outputs for commands. They shall
be directly connected to the switchgear. The bay unit shall acquire and process all data for the
bay (Equipment status, fault indications, measured values, alarms etc.) and transmit these to
the other devices in sub-station automation system. In addition, this shall receive the operation
commands from station HMI and control centre. The bay unit shall have the capability to store
all the data for at least 24 hours.

One number Bay level unit shall be provided for supervision and control of each 33 kV bay (a
bay comprises of one circuit breaker and associated disconnector, earth switches and
instrument transformer). The Bay level unit shall be equipped with analogue and binary
inputs/outputs for handling the control, status monitoring and analogue measurement functions.
All bay level interlocks are to be incorporated in the Bay level unit so as to permit control from
the Bay level unit/ local bay mimic panel, with all bay interlocks in place, during maintenance
and commissioning or in case of contingencies when the Station HMI is out of service.

The bay control unit to be provided for the bays shall be preferably installed in the CB relay
panel/feeder protection panel for respective bay.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-21

The Bay level unit shall meet the requirements for withstanding electromagnetic interference
according to relevant parts of IEC 61850. Failure of any single component within the equipment
shall neither cause unwanted operation nor lead to a complete system breakdown.

i Input/Output (I/O) modules

The I/O modules shall form a part of the bay level unit and shall provide coupling to the
substation equipment. The I/O modules shall acquire all switchgear information (i.e. data
coming directly from the switchgear or from switchgear interlocking devices) and transmit
commands for operation of the switchgear. The measured values of voltage and current shall
be from the secondaries of instrument transformers. The digital inputs shall be acquired by
exception with 1 ms resolution. Contact bouncing in digital inputs shall not be assumed as
change of state

c. Switchyard Panel Room:

The switchyard panel room shall be constructed to house Bay level units, bay mimic, relay and
protection panels, Communication panels etc.. The layout of equipment/panel shall be subject
WR2ZQHU¶VDSSUoval. The switchyard panel room shall be provided with necessary illuminations,
fire alarm system with at least two detectors with necessary power supply if required and it shall
be wired to SAS. The detailed constructional requirement of switchyard panel room is detailed
in civil design of technical specification and air conditioning requirement of switchyard panel
room shall be as detailed in Air conditioning system of technical specification. The air
conditioner provided in switchyard panel room shall be monitored from substation automation
system.

d. Extendibility in future

Offered substation automation system shall be suitable for extension in future for additional
bays. During such requirement, all the drawings and configurations, alarm/event list etc.
displayed shall be designed in such a manner that its extension shall be easily performed by
the employer. During such event, normal operation of the existing substation shall be
unaffected and system shall not require a shutdown. The contractor shall provide all necessary
software tools along with source codes to perform addition of bays in future and complete
integration with SAS by the user. These software tools shall be able to configure IED, add
additional analogue variable, alarm list, event list, modify interlocking logics etc. for additional
bays/equipment which shall be added in future.

11.1.6 Software structure

The software package shall be structured according to the SAS architecture and strictly divided
in various levels. Necessary firewall shall be provided at suitable points in software to protect

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-22 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

the system. An extension of the station shall be possible with lowest possible efforts.
Maintenance, modification or an extension of components of any feeder may not force a shut-
down of the parts of the system which are not affected by the system adaptation.

a. Station level software

i Human-machine interface (HMI)

The base HMI software package for the operator station shall include the main SAS functions
and it shall be independent of project specific hardware version and operating system. It shall
further include tools for picture editing, engineering and system configuration. The system shall
be easy to use, to maintain, and to adapt according to specific user requirements. Systems
shall contain a library with standard functions and applications.

b. Bay level software

i System software

The system software shall be structured in various levels. This software shall be placed in a
non-volatile memory. The lowest level shall assure system performance and contain basic
functions, which shall not be accessible by the application and maintenance engineer for
modifications. The system shall support the generation of typical control macros and a process
database for user specific data storage. In case of restoration of links after failure, the software
along with hardware shall be capable of automatically synchronising with the remaining system
without any manual interface. This shall be demonstrated by contractor during integrated
system test.

ii Application software

In order to ensure robust quality and reliable software functions, the main part of the application
software shall consist of standard software modules built as functional block elements. The
functional blocks shall be documented and thoroughly tested. They form part of a library.

The application software within the control/protection devices shall be programmed in a


functional block language.

11.1.7 Tests

The substation automation system offered by the bidder shall be subjected to following
tests to establish compliance with IEC 61850 for Medium Voltage sub-station equipment
installed in sheltered area in the outdoor switchyard and specified ambient conditions:

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-23

a. Type Tests:

i Control IEDs and Communication Equipment:

a) Power Input:
- Auxiliary Voltage
- Current Circuits
- Voltage Circuits
- Indications
b) Accuracy Tests:
- Operational Measured Values
- Currents
- Voltages
- Time resolution
c) Insulation Tests:
- Dielectric Tests
- Impulse Voltage withstand Test
d) Influencing Quantities
- Limits of operation
- Permissible ripples
- Interruption of input voltage
e) Electromagnetic Compatibility Test:
- 1 MHZ. burst disturbance test
- Electrostatic Discharge Test
- Radiated Electromagnetic Field Disturbance Test
- Electrical Fast transient Disturbance Test
- Conducted Disturbances Tests induced by Radio Frequency Field
- Magnetic Field Test
- Emission (Radio interference level) Test.
- Conducted Interference Test
f) Function Tests:
- Indication
- Commands
- Measured value Acquisition
- Display Indications
g) Environmental tests:
- Cold Temperature
- Dry Heat

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-24 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

- Wet heat
- Humidity (Damp heat Cycle)
- Vibration
- Bump
- Shock

b. Factory Acceptance Tests:

The supplier shall submit a test specification for factory acceptance test (FAT) and
commissioning tests of the station automation system for approval. For the individual bay level
,('¶VDSSOLFDEOHW\SHWHVWFertificates shall be submitted.

The manufacturing and configuration phase of the SAS shall be concluded by the factory
acceptance test (FAT). The purpose is to ensure that the Contractor has interpreted the
specified requirements correctly and that the FAT includes checking to the degree required by
the user. The general philosophy shall be to deliver a system to site only after it has been
thoroughly tested and its specified performance has been verified, as far as site conditions can
be simulated in a test lab. During FAT the entire Sub-station Automation System including
complete control and protection system to be supplied under present scope shall be tested for
complete functionality and configuration in factory itself. The extensive testing shall be carried
out during FAT. The purpose of Factory Acceptance Testing is to ensure trouble free
installation at site. No major configuration setting of system is envisaged at site.

If the complete system consists of parts from various suppliers or some parts are already
installed on site, the FAT shall be limited to sub-system tests. In such a case, the complete
system test shall be performed on site together with the site acceptance test (SAT).

i Hardware Integration Tests:

The hardware integration test shall be performed on the specified systems to be used for
Factory tests when the hardware has been installed in the factory. The operation of each item
shall be verified as an integral part of system. Applicable hardware diagnostics shall be used to
verify that each hardware component is completely operational and assembled into a
configuration capable of supporting software integration and factory testing of the system. The
equipment expansion capability shall also be verified during the hardware integration tests. The
vendor specifically demonstrates how to add a device in future in SAS during FAT. The device
shall be from a different manufacturer than the SAS supplier.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-25

ii Integrated System Tests:

Integrated system tests shall verify the stability of the hardware and the software. During the
tests all functions shall run concurrently and all equipment shall operate a continuous 100
Hours period. The integrated system test shall ensure the SAS is free of improper interactions
between software and hardware while the system is operating as a whole.

c. Site Acceptance Tests:

The site acceptance tests (SAT) shall completely verify all the features of SAS hardware and
software. The bidder shall submit the detailed SAT procedure and SAT procedure shall be read
in conjunction with the specification.

11.1.8 System Operation

Operation of the system by the operator from the remote RCC or at the substation shall take
place via industry standard HMI (Human Machine interface) subsystem consisting of graphic
colour VDU, a standard keyboard and a cursor positioning device (mouse).

The coloured screen shall be divided into 3 fields:

a) Message field with display of present time and date


b) Display field for single line diagrams
c) Navigation bar with alarm/condition indication

For display of alarm annunciation, lists of events etc a separate HMI View node shall be
provided.

All operations shall be performed with mouse and/or a minimum number of function keys and
cursor keys. The function keys shall have different meanings depending on the operation. The
operator shall see the relevant meanings as function tests displayed in the command field (i.e.
operator prompting). For control actions, the switchgear (i.e., circuit breaker etc.) requested
shall be selectable on the display by means of the cursor keys. The switching element selected
shall then appear on the background that shall be flashing in a different color. The operator
prompting shall distinguish between:

- Prompting of indications e.g., fault indications in the switchgear, and

- prompting of operational sequences e.g., execution of switching operations

The summary information displayed in the message field shall give a rapid display of
alarm/message of the system in which a fault has occurred and alarm annunciation lists in
which the fault is described more fully.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-26 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

Each operational sequence shall be divided into single operation steps which are initiated by
means of the function keys/WINDOW command by mouse. Operator prompting shall be
designed in such a manner that only the permissible keys are available in the command field
related to the specific operation step. Only those switching elements shall be accessed for
which control actions are possible. If the operation step is rejected by the system, the operator
prompting shall be supported by additional comments in the message field. The operation
status shall be reset to the corresponding preceding step in the operation sequence by pressing
one of the function keys. All operations shall be verified. Incorrect operations shall be indicated
by comments in the message field and must not be executed.

The offer shall include a comprehensive description of the system. The above operation shall
also be possible via WINDOWS based system by mouse.

11.1.9 Power Supply

Power for the substation automation system shall be derived from substation 110V DC system.

Uninterrupted supply shall be provided for servers, gateways station HMI disturbance recorder
evaluation unit and its peripheral devices e.g., printer etc. In the event of Power failure,
necessary safeguard software shall be built for proper shutdown.

11.1.10 Documentation

7KH IROORZLQJ GRFXPHQWV VKDOO EH VXEPLWWHG IRU HPSOR\HU¶V DSSURYDO GXULQJ GHWDLOHG
engineering:

x System Architecture Drawing


x Hardware Specification
x Functional Design Document
x Clear procedure describing how to add an IED/bay/diameter in future covering all major
supplier

The following documentation to be provided for the system in the course of the project shall be
consistent, CAD supported, and of similar look/feel. All CAD drawings to be provided LQ ³G[I,
dwg and pdf´IRUPDW

x List of Drawings
x Substation automation system architecture
x Block Diagram
x Guaranteed technical parameters, Functional Design Specification and Guaranteed
availability and reliability
x Calculation for power supply dimensioning

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-27

x I/O Signal lists


x Schematic diagrams
x List of Apparatus
x List of Labels
x Logic Diagram (hardware & software)
x Switchyard Panel Room layout drawing
x Control Room Lay-out
x Test Specification for Factory Acceptance Test (FAT)
x Product Manuals
x Assembly Drawing
x 2SHUDWRU¶V0DQXDO
x Complete documentation of implemented protocols between various elements
x Listing of software and loadable in CD ROM
x Other documents as may be required during detailed engineering

11.1.11 Training, Support Services, Maintenance and Spares


a. Training

Contractor personnel who are experienced instructors and who speak understandable English
shall conduct training. The contractor shall arrange on its own cost all hardware training
platform required for successful training and understanding in Nepal. The Contractor shall
provide all necessary training material. Each trainee shall receive individual copies of all
technical manuals and all other documents used for training. These materials shall be sent to
Employer at least two months before the scheduled commencement of the particular training
course. Class materials, including the documents sent before the training courses as well as
class handouts, shall become the property of Employer. Employer reserves the right to copy
such materials, but for in-house training and use only. Hands-on training shall utilize equipment
identical to that being supplied to Employer.

The schedule, location, and detailed contents of each course will be finalized during Employer
and Contractor discussions.

b. Computer System Hardware Course

A computer system hardware course shall be offered, but at the system level only. The training
course shall be designed to give Employer hardware personnel sufficient knowledge of the
overall design and operation of the system so that they can correct obvious problems, configure
the hardware, perform preventive maintenance, run diagnostic programs, and communicate
with contract maintenance personnel. The following subjects shall be covered:

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-28 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

a) System Hardware Overview: Configuration of the system hardware.


b) Equipment Maintenance: Basic theory of operation, maintenance techniques and
diagnostic procedures for each element of the computer system, e.g., processors,
auxiliary memories, LANs, routers and printers. Configuration of all the hardware
equipment.
c) System Expansion: Techniques and procedures to expand and add equipment such as
loggers, monitors, and communication channels.
d) System Maintenance: Theory of operation and maintenance of the redundant hardware
configuration, failover hardware, configuration control panels, and failover switches.
Maintenance of protective devices and power supplies.
e) Subsystem Maintenance: Theory of design and operation, maintenance techniques and
practices, diagnostic procedures, and (where applicable) expansion techniques and
procedures. Classes shall include hands-on training for the specific subsystems that are
part of Employer's equipment or part of similarly designed and configured subsystems.
All interfaces to the computing equipment shall be taught in detail.
f) Operational Training: Practical training on preventive and corrective maintenance of all
equipment, including use of special tools and instruments. This training shall be
provided on Employer equipment, or on similarly configured systems.

c. Computer System Software Course

The Contractor shall provide a computer system software course that covers the following
subjects:

a) System Programming: Including all applicable programming languages and all stand-
alone service and utility packages provided with the system. An introduction to software
architecture, Effect of tuning parameters (OS software, Network software, database
software etc.) on the performance of the system.
b) Operating System: Including the user aspects of the operating system, such as
program loading and integrating procedures; scheduling, management, service, and
utility functions; and system expansion techniques and procedures
c) System Initialization and Failover: Including design, theory of operation, and practice
d) Diagnostics: Including the execution of diagnostic procedures and the interpretation of
diagnostic outputs,
e) Software Documentation: Orientation in the organization and use of system software
documentation.
f) Hands-on Training: One week, with allocated computer time for trainee performance of
unstructured exercises and with the course instructor available for assistance as
necessary.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-29

d. Application Software Course

The Contractor shall provide a comprehensive application software course covering all
applications including the database and display building course. The training shall include:

a) Overview: Block diagrams of the application software and data flows. Programming
standards and program interface conventions.
b) Application Functions: Functional capabilities, design, and major algorithms. Associated
maintenance and expansion techniques.
c) Software Development: Techniques and conventions to be used for the preparation and
integration of new software functions.
d) Software Generation: Generation of application software from source code and
associated software configuration control procedures.
e) Software Documentation: Orientation in the organization and use of functional and
detailed design documentation and of programmer and user manuals.
f) Hands-on Training: One week, with allocated computer time for trainee performance of
unstructured exercises and with the course instructor available for assistance as
necessary.

e. Requirement of training:

7KH FRQWUDFWRU VKDOO SURYLGH WUDLQLQJ IRU 2:1(5¶6 SHUsonnel comprehensively covering
following courses.

S. No. Name of Course

1 Computer System Hardware

2 Computer System Software

3 Application Software

11.1.12 Maintenance
a. Maintenance Responsibility during the Guaranteed Availability Period.

During Guaranteed Availability Period, the Contractor shall take continual actions to ensure the
guaranteed availability and shall make available all the necessary resources such as specialist
personnel, spare parts, tools, test devices etc. for replacement or repair of all defective parts
and shall have prime responsibility for keeping the system operational. During guarantee
period as specified in tender document, contractor shall arrange bi-monthly visit of their
representative to site to review the performance of system and in case any defect/shortcoming
etc. is observed during the period, the same shall be set right by the contractor within 15 days.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-30 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

11.1.13 Reliability and Availability

The SAS shall be designed so that the failure of any single component, processor, or device
shall not render the system unavailable. The SAS shall be designed to satisfy the very high
demands for reliability and availability concerning:

x Mechanical and electrical design


x Security against electromagnetic interference (EMI)
x High quality components and boards
x Modular, well-tested hardware
x Thoroughly developed and tested modular software
x Easy-to-understand programming language for application programming
x Detailed graphical documentation and application software
x Built-in supervision and diagnostic functions
x Security
- Experience of security requirements
- Process know-how
- Select before execute at operation
- Process status representation as double indications
x Distributed solution
x Independent units connected to the local area network
x Back-up functions
x Panel design appropriate to the harsh electrical environment and ambient conditions
x Panel grounding immune against transient ground potential rise

a. Outage terms

i Outage

The state in which substation automation system or a unit of SAS is unavailable for
Normal Operation due to an event directly related to the SAS or unit of SAS. In the event, the
owner has taken any equipment/ system other than Sub-station Automation System for
schedule/forced maintenance, the consequent outage to SAS shall not be considered as
outage for the purpose of availability.

ii Actual outage duration (AOD)

The time elapsed in hours between the start and the end of an outage. The time shall
be counted to the nearest 1/4th of an hour. Time less than 1/4th of an hour shall be counted as
having duration of 1/4th of an hour.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-31

iii Period Hours (PH)

The number of hours in the reporting period. In a full year the period hour are 8760h
(8784h for a leap year).

iv Actual Outage hours (AOH)

The sum of actual outage duration within the reporting period

$2+ ™AOD

v Availability:

Each SAS shall have a total availability of 99.98 % i.e. the ratio of total time duration minus the
actual outage duration to total time duration.

b. Guarantees Required

The availability for the complete SAS shall be guaranteed by the Contractor. Bidder
shall include in their offer the detailed calculation for the availability. The contractor shall
demonstrate their availability guaranteed by conducting the availability test on the total sub-
station automation system as a whole after commissioning of total Sub-station Automation
system. The test shall verify the reliability and integrity of all sub-systems. Under these
conditions the test shall establish an overall availability of 99.98%. After the lapse of 1000
Hours of cumulative test time, test records shall be examined to determine the conformance
with availability criterion. In case of any outage during the availability test, the contractor shall
rectify the problem and after rectification, the 1000 Hours period start after such rectification. If
test object has not been met the test shall continue until the specified availability is achieved.

The contractor has to establish the availability in a maximum period of three months from the
date of commencement of the availability test.

After the satisfactory conclusion of test both contractor and employer shall mutually agree to
the test results and if these results satisfy the availability criterion, the test is considered to be
completed successfully. After that the system shall be taken over by the employer and then the
guarantee period shall start.

11.1.14 Spares
a. Consumables:

All consumables such as paper, cartridges shall be supplied by the contractor till the SAS is
taken over by the owner.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-32 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

b. Availability Spares:

In addition to mandatory spares as listed in section project for SAS, the bidder is required to list
the spares, which may be required for ensuring the guaranteed availability during the
guaranteed availability period. The final list of spares shall form part of scope of supply and
accordingly the price thereof shall be quoted by the bidder and shall be considered in the
evaluation of the bids. During the guaranteed availability period, the spare parts supplied by
the Contractor shall be made available to the Contractor for usage subject to replenishment at
the earliest. Thus, at the end of availability period the inventory of spares with the Employer
shall be fully replenished by the Contractor. However, any additional spares required to meet
the availability of the system (which are not a part of the above spares supplied by the
Contractor) would have to be supplied immediately by the Contractor free of cost to the
Employer.

11.1.15 List of Equipment

Quantity of equipment shall be decided by bidder in order to achieve guaranteed reliability and
availability as declared by bidder.

i.) Station HMI


ii.) Redundant Station HMI (in Hot-stand-by mode)
iii.) Bay level units along with bay mimic as Project Specification Requirement.
iv.) Bay Level Unit for Auxiliary system (as per requirement)
v.) Colour Laser Printer ± 1 No. (For Reports)
vi.) All interface equipment for gateway to RCC and RSCC
vii.) Communication infrastructure between Bay level units, Station HMI, Printers,
gateways, redundant LAN etc. as required
viii.) Any other equipment as necessary

11.1.16 List of Analogue and Digital Inputs

Basic Monitoring requirements are:

x Switchgear status indication


x Measurements (U, I, P, Q, f)
x Event
x Alarm
x Winding temperature of transformers
x ambient temperature
x Status of display of Fire protection system and Air conditioning system.
x Acquisition of alarm and fault record from protection relays

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-33

x Disturbance records from Bay Control Unit


x Monitoring the state of batteries by displaying DC voltage, charging current and load
current etc.
x Tap-position of Transformer

The list of input for typical bays is as below:-

a. Analogue inputs

i) For line

x Current R phase
x Y phase
x B phase
x Voltage R-Y phase
x Y-B phase
x B-R phase

ii) For transformer

x R phase
x Y phase
x B phase
x WTI (for transformer)
x Tap position (for transformer only)

iii) Common

a) Voltage for Bus wherever applicable

x
x Voltage R-Y phase
x Y-B phase
x B-R phase

b) Frequency for Bus

x Ambient temperature (switchyard)


x Switchyard Panel Room Temperature.
x LT system
- Voltage R-Y, Y-B, B-R of Main Switch Board
- Voltage R-Y, Y-B, B-R of Diesel Generator
- Current from LT transformer

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-34 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

- Current from Diesel Generator


- Voltage of 110V DCDB-I
- Current from 110V Battery set
- Current from 110V Battery charger

b. Digital Inputs

The list of input for various bays/SYSTEM is as follows:

Line bays

x Status of CB.
x Status of Isolator, Earth switch
x CB operation/closing lockout
x Trip coil faulty
x LBB optd
x Bus bar protn trip relay optd
x Direct trip- sent
x Direct trip- received
x O/V STAGE ± I operated
x O/V STAGE ± II operated
x VT FUSE FAIL
x PROTN TRIP
x R-PH TRIP
x Y-PH TRIP
x B-PH TRIP
x START
x Back-up o/c optd
- Back-up e/f optd
- 110V DC-I/II source fail

Transformer bays

x Status of each pole of CB, Isolator, Earth switch


x CB trouble
x CB operation/closing lockout
x Trip coil faulty
x LBB optd
x Bus bar protn trip relay optd
x REF OPTD

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-35

x DIF OPTD
x OVERFLUX ALARM (MV)
x OVERFLUX TRIP (MV)
x OVERFLUX ALARM (LV)
x OVERFLUX TRIP (LV)
x LV BUS VT ½ FUSE FAIL
x MV BUS VT ½ FUSE FAIL
x OTI ALARM/TRIP
x PRD OPTD
x BUCHOLZ TRIP
x BUCHOLZ ALARM
x OIL LOW ALARM
x back-up o/c (LV) optd
x back-up e/f (LV)optd
x 110v DC- source fail
x back-up o/c (MV) optd
x back-up e/f (MV)optd

Transformer bays

x Status of CB, Isolator, Earth switch


x CB trouble
x CB operation/closing lockout
x Trip coil faulty
x LBB optd
x Bus bar protn trip relay optd
x REF OPTD
x DIF OPTD
x HV BUS VT ½ FUSE FAIL
x OTI ALARM/TRIP
x PRD OPTD
x BUCHOLZ TRIP
x BUCHOLZ ALARM
x OIL LOW ALARM
x 110v DC source fail

Bus bar Protection

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-36 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

x Bus bar trip


x Bus bar zone CT open
x Bus protection relay fail

Switchyard Panel Room:

x AC Compressor ON/OFF
x Fire Detection ON/OFF

The exact number and description of digital inputs shall be as per detailed engineering
requirement Apart from the above-mentioned digital inputs, minimum of 150 inputs shall be kept
for future use.

11.1.17 List of I/O Points to be transmitted to RSCC

a) MW and MVAR for all lines, transformers

b) Voltage of bus

c) Frequency of 33 kV Bus

d) All Breakers

e) All isolators

f) Tap Position for all transformers

g) Master protection signal for all feeders, transformers Units and Bus Bar

h) Loss of Voltage signal for Bus bar

i) All the points identified in point (d), (e) and (f) above as GPS Time stamped.

j) Temperature value per substation.

k) Any other point decided during detailed engineering

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-37

11.2 Communication System

11.2.1 Scope of Work

The communication systems for the plant shall comprise the following:

x One (1) telephone and intercommunication system;


x One (1) optical communication system;
x One (1) radio communication system;
x One (1) clock system;
x One (1) lot of special spare parts.
The entire costs of the Communication System shall be under the SCADA or Automation
System in Bid Price.

11.2.2 Telephone System


a. System Configuration

The telephone and intercommunication system shall be in compliance with the related
standards, the requirements of the Local Authorities and shall be the well proven product of a
competent manufacturer.

The telephone system shall comprise the following:

x Digital PABX with software;


x Workstation with monitor;
x Attendant console;
x Main and sub distribution frames;
x Twenty (20) telephone sets for different applications;
x PAX for intercommunication;
x Ten (10) multifunctional intercommunication desk sets;
x One (1) digital voice recorder;
x Power supply units;
x Telephone cable system.

The PABX/PAX shall be installed in the telecommunication room in the portal building. The
workstation and the attendant console shall be located at the reception in the portal building.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-38 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

b. Particular Design and Construction Requirements

i Digital Automatic Telephone Exchange (PABX)

The telephone system of PABX type shall comprise a digital automatic telephone exchange for
100 extensions with direct access for internal telephone users and external telephone
connections. The automatic telephone exchange shall have the following features:
x Flexibility in expansion and increase of its carrying capacity;
x Compatible with ISDN (Integrated Services Network);
x Self-monitoring with protocol print out;
x Open and closed system of numbering with any kind of recording;
x Code dialling with 30 memorised numbers;
x Last number memory and busy call repeat;
x Call forward to another extension;
x Integration with other types of automatic exchanges for all type of links;
x Command signal transmission by all methods;
x Night answer service;
x Establishing of bypass channels;
x Metering of local and trunk calls;
x Breaking down subscribers into 16 extension categories;
x Connection of pay telephones for local and trunk calls;
x Invoicing of additional services;
x Establishing of communication with the LDC;
x Connection to fire and security alarm system.

The PABX shall be provided with a workstation and monitor.


The plant shall be equipped with one (1) desk type attendant console. This console shall handle
the external traffic to the plant. The console shall contain the following:

x Extension to switch into line;


x Call indicators;
x Internal call indicator;
x Meters for long distance calls.

The following services shall be provided for the telephone subscribers:

x All types of telephone services including trunk and international calls;


x Connection of all types of telephone sets (push-button and frequency dialling);
x Connection of personal computers and facsimile facilities;

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-39

x Extension numbers are permanently allocated; they can be moved to other locations;
x Quick dialling;
x Direct calling;
x Conference call service (up to 8 parties).

Main characteristics

x The automatic exchange shall have the capacity for 100 extensions;
x The automatic telephone exchange shall be provided with stored program control and
digital speech channel switching;
x The specific subscriber load shall be up to 0.2 Erlang
x The specific input power per extension shall not exceed 2.0 W.

ii Telephone Sets

The offices, operation and service locations of the plant, control building and the houses of the
staff quarter shall be equipped with push button dial telephone sets of modern approved
design.

x Ten (10) desk type for offices;


x Five (5) heavy duty wall type for external areas;
x Five (5) flush built-in type for control room desks and UCB;
x Fifty (50) telephone socket outlets.

The above quantities as well as the application of sound hoods shall be adapted at detail
design stage according to actual requirements.

x Main characteristics
 The telephone sets shall be compatible with the digital automatic exchange;
 The sound brightness shall be at least 80% at noise level of 60 dB;
 Volume of call signal shall be adjustable and not less than 70 dB.
x Sound hoods made of suitable plastic material shall be installed for the wall mounted
telephone extensions in noisy and outdoor areas.

iii Intercommunication System (PAX)

(1) The intercommunication system is intended to provide the station manager and shift
engineer direct telephone access to all station areas.
 For this purpose the offices of the station manager and shift engineer shall be equipped
with multifunctional telephone sets with attachment.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-40 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

 These telephone sets shall have direct access to the telephone subscribers in the
control room, office, staff quarter and guard house.
 The offices of the heads of department and maintenance engineers shall be equipped
with multifunction sets without attachment.
(2) The multifunctional telephone sets shall feature the following:
 Alpha/numeric display;
 Memory for 100 addresses with names, telephone numbers etc.
 Indication of the subscriber's name on the display at internal calls;
 Messages by display
 Reminding of time and place of meeting;
 Programmed keyboard
 Programmable keyboard with light emitting diodes
 Secretary functions
 Loud speaking communication dialling without lifting up the handset;
 Individual and group calls, interphone
 Automatic dialling
 Transfer of calls and interception of calls;
 Internal and external conference coupling;
 Re-dialling;
 Blocking of calls.
(3) Main characteristics
 The multifunctional telephone sets shall be compatible with the digital automatic
exchange;
 The sound brightness shall be at least 80% at noise level of 60 dB;
 Volume of call signal shall be adjustable and not less 70 dB.

iv Digital Voice Recorder

(1) The intercommunication system shall include digital voice recording equipment for
recording the operator communication. The digital type recorder shall be used for
continuous automatic recording of the operator communication with high performance
reliability.
 The voice recorder shall provide the following features:
 Round-the-clock operation in the mode of simultaneous recording of all speech
channels;
 Automatic start-up of the recorder when talk starts on any input channel;
 Tagging and display of the date and current time;

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-41

 Compatibility of signal and impedance levels with communication;


 Compressed storage of data.
(2) Main characteristics
 The recorder shall have at least 4 recording channels;
 Continuous time of recording shall be at least 52 h;
 Power shall be supplied from the 110 V DC auxiliary supply systems.

v Telephone Cable System and Power Supply

(1) The telephone network shall be a star-shaped cable system with a main distribution and
sub-distribution frames. The cabling shall be carried out with shielded multi-pair cables
well protected against any external influence.
(2) The telephone system shall be equipped with duplicated power supply units. The power
shall be taken from the redundant 110 V DC auxiliary supply systems in the portal
building.
Back-up supply shall be provided in compliance with the standards.

11.2.3 Optical Communication System

The Optical communication system shall be designed to carry out the following functions:

1. Ensure capacity to transmit the voice signal and data from substation to Regional
Dispatch Centre (NEA) via ADSS Cable stringed on 33 kV line.
2. Ensure communication and data transmission between substation and Regional
Dispatch Centre.
3. Capability for communication and data transmission between this substation and other
substation in future;
4. Other public purpose if required;
The contractor shall supply, install and commission all communication equipment such as
OLTE, STM, SDH equipment etc for proper data and voice communication as per
specification.

Protocol for communication with NEA Regional Distribution Command Centre and existing
substation shall be IEC 60-870-104.

11.2.4 Clock System


a. System Configuration
(1) The clock system shall be in compliance with the related standards and shall be the well
proven product of a competent manufacturer.
The clock system shall comprise the following:

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-42 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

 One (1) termination board as interface to the GPS master clock;


 Ten (10) secondary clocks, analogue type;
 Two (2) secondary clocks, digital type;
 Ten (10) secondary clocks, digital calendar type;
 Secondary clock cable system.
(2) The secondary clocks shall be connected to the GPS master clock, provided with the
ACS. The master clock shall transmit synchronised second and minute pulses. The
GPS master clock shall be installed in the electronic room adjacent to the CCR.
(3) The number of secondary clock circuits shall be determined by the Contractor, based on
the particular features of the proposed system.
(4) The design of the secondary clocks shall be appropriate for the different locations. The
final selection will be made at detail design stage.

b. Particular Design and Construction Requirements

The scope of work shall comprise a complete functional clock system comprising the following
types of secondary clocks:

(1) Analogue clocks


The analogue clocks shall be a standard series product with the following features:

 Heavy duty industrial type metal enclosure of 300 - 400 mm diameter approx. for indoor
installation;
 Single/double face display;
 White clock face with black figures and black pointers for hours and minutes;
 Suitable for wall or pendant mounting.
Application: General rooms, corridors, workshops.

(2) Digital clocks


The digital clocks shall be a standard series product with the following features:

 Heavy duty industrial type, rectangular metal enclosure of 800X300 mm approx. for
indoor installation;
 Single face display of hours and minutes;
 Black clock face with yellow figures, 175 mm approx. with adjustable brightness;
 Suitable for wall mounting;
 Supply voltage 230 V AC
Application: Machine hall.

The colours of the casing and display shall be coordinated with the architect.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-43

(3) Digital calendar clocks


The digital calendar clocks shall be a standard series product with the following features:

 Heavy duty industrial type, rectangular metal enclosure of 400X180 mm approx. for
indoor installation;
 Single face display of day, date, hours and minutes;
 Black clock face with yellow figures, 75 mm approx. with adjustable brightness;
 Suitable for wall mounting;
 Supply voltage 230 V AC
Application: Dedicated offices, control rooms.

The colours of the casing and display shall be coordinated with the architect.

(4) The cabling and wiring shall be executed as an independent system using the cable
routes of the other communication systems.

11.2.5 Spare Parts


a. General Spare Parts

Reference is made to the Standard Technical Requirements (Section 3, Part III ± EM Works,
Vol. 2).

b. Special Spare Parts

The special spare parts specified hereafter are in addition to those mentioned in the Standard
Technical Specification.

x One (1) printed board of each type for the telephone system;

One (1) analogue and digital calendar clock each.

c. Recommended Spare Parts

The Tenderer shall recommend the spare parts he considers necessary for a five years
operation of the equipment. These spare parts shall be quoted in the price lists but not included
in the total price.

11.2.6 Workshop Tests

The communication systems, related equipment and materials shall be type tested standard
products of competent manufacturers. Type test certificates shall be submitted to the
Employer/Engineer.

Workshop tests shall be carried out in compliance with the certified QC plan and the relevant
Standards.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-44 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

11.2.7 Site Tests

Site tests shall be carried out in compliance with the approved QC plan and the Standards. The
following tests are the minimum requirement and shall be applied as appropriate for the
different communication systems:

x Inspection of the completed cable systems;


x Continuity tests of cable systems;
x Measurement of insulation resistance;
x Functional and performance tests of each system.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-45

11.3 Security System

11.3.1 Scope of Work

The security systems for the plant shall comprise the following:

x One (1) Closed circuit television system;


x One (1) Access control system;
x One (1) Lot of special spare parts.

The entire costs of the Security System shall be under the SCADA System in Bid Price.

11.3.2 Closed Circuit TV system (CCTV)


a. System Configuration

The CCTV system shall be in compliance with the related standards and shall be the well
proven product of a competent manufacturer. The CCTV system shall comprise the followings:

x One (1) matrix video switcher;


x One (1) color digital disc recorder
x One (1) system controller with monitors in the CCR (Central Control Room);
x One (1) system controller with monitor in the guard room;
x Ten (10) indoor cameras;
x Twenty (20) outdoor cameras including gates and yards;
x Power supply units
x CCTV fibre optic cable system.

The matrix video switcher shall be installed in the electronic room adjacent to the CCR. The
monitors with control stations shall be located in the CCR and guard room, respectively. The
CCTV shall be remotely viewable from Regional Control Centre.

The equipment ratings and the number of cameras shall be determined by the Contractor,
based on the particular features of the proposed system.

The CCTV system shall be based on IP technology.

b. Particular Design and Construction Requirements

A CCTV system shall be provided for the surveillance of the plant and the related structures
including the entrance to the portal building, the main personnel and vehicle entrances to the
plant, the control rooms and required locations.

The Contractor shall position the cameras at strategic locations, mounted on buildings or using
masts as required, to achieve the coverage of the a.m. areas.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-46 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

The CCTV system shall permit persons to be clearly seen at any position within the coverage
area. The CCTV images displayed on the monitors and recorded on video discs shall be of
adequate quality to enable clear and unambiguous identification of persons and motor vehicles.

c. Central Control and Video Matrix Switching Unit

A microprocessor based central control and video matrix switching unit shall be provided to
display selected camera images on manually or automatically selected TV monitors. The
equipment may be installed in common cubicles with the communication equipment. Safe
power supply shall be provided.

An interface to the Regional Dispatch Centre (RDC) should be provided in the matrix so that the
pictures can be received in RDC. The camera control shall be transferrable with an RDC/ CCR
selector switch at the monitors.

As a minimum requirement, the following function shall be provided:

x Keyboard control stations with joy stick, installed in the CCR, and the guard room;
x 32 video inputs;
x 6 monitor outputs;
x Superimposing of camera number, time and date on the TV monitor video display;
x Selection of screen format;
x Interface to digital recorder and LDC.

d. Monitors

One 21 inch LED TV monitors shall be provided in the CCCR and One 21 inch LED TV in the
guard room, suitable to display the images from any of the cameras in the system.

e. Cameras

Solid state cameras with charge coupled devices (CCD/HD) capable of providing high definition
color video images shall be provided. The image sensor size shall be ½ in format with a
horizontal resolution of 460 lines.

Camera lenses shall have a high optical performance to ensure clear images at all positions
and distances within the range at day and night.

The focal length of the lens shall be selected by the Contractor for each camera to provide
adequate coverage and clarity of the image.

Cameras installed in areas with changing light levels shall have lenses with auto iris control
facilities.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-47

The remotely controlled color TV cameras shall be suitable for indoor and outdoor installation
and shall ensure surveillance of stationary and moving objects.

Camera housings shall be sufficiently robust to protect cameras from incidental blows and shall
be constructed to facilitate the installation, removal and service/adjustment of the cameras. The
fixings shall be appropriate to withstand the extreme weather conditions with the prevailing wind
speeds.

Outdoor cameras shall be protected by corrosion and weatherproof enclosures with protection
class IP 65 fitted with automatically controlled anti-condensation heaters.

The cameras shall have the following features:

x Auto-focus with manual override;


x Optical and digital zoom, manual and automatic;
x Day and night selection command;
x Pan - Tilt - Zoom activity (PTZ).
f. Color Digital Recorder

For recording and storing the video surveillance images a colour digital recorder with software
shall be provided.

The recorder shall feature nine (9) channels. The number of images per second and the image
quality shall be selectable for each connected camera.

11.3.3 Access Control System


a. System Configuration

The access control system shall be in compliance with the related standards and shall be well
proven product of a competent manufacturer. The access control system must be high integrity
and no loss of functionality in the event of communications interruption.

The access control system shall comprise the following:


x One (1) central access controller with software and printer.
x One (1) workstation;
x Twenty (20) electrical door locks with the with ID card reader and manual unlock
push buttons;
x One hundred (100) programmable ID cards
x Power supply units
x Power and control cable system.

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-48 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

x The central access controller shall be installed in the telecommunication room in the
portal building. The workstation and the printer shall be located at the reception /
guard room.
x The final configuration of the system shall be based on the particular features of the
SURSRVHG V\VWHP DQG WKH (PSOR\HU¶V DFWXDO UHTXLUHPHQWV WR EH GHILQHG DW GHWDLO
design stage.
x Systems based on IP technology are also acceptable
b. Particular Design and Construction Requirements
x A particular number of gates and doors shall be controlled and monitored by a
computer-based access control system providing the following features:

 Gates and doors secured with electrical door locks;

 Access for personnel and visitors with ID card only;

 Control with ID card readers;

 Recording and storage of ID, day and time of entries and exits;

 Release of electrical locks with push buttons installed inside at selected doors.

x The central access controller shall be an industrial type PC operating with standard
software packages. The workstation shall be used for parameterizations, preparing of
lists and protocols of the entry and exit activities, programming, issuing and
administration of the personnel and visitor ID cards.

x Gates and doors shall be fitted with electrical locks. The design and installation of these
locks shall be coordinated with the door supplier. The power supply shall be taken from
the station AC or DC auxiliary supply systems. The door locks shall by no means
require individual batteries.

x The locks shall be controlled by the card readers and appropriate door controllers.

x The gates and doors shall be provided with contact-less, proximity ID card readers
suitable for indoor and outdoor installation.

x Inside selected doors surface or flush mounted push buttons shall be installed, enabling
the manual release of the electrical door-locks. The main gate shall be suitable for
manual control from the guard room.

x The ID cards shall of PVC, provided with embedded antenna and a chip.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5


6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV 6-B-11-49

x The cable system shall consist of power supply and control cables. Systems may also
apply bus systems or LAN.

x The systems shall be self-monitored features, transmitting an alarm to the workstation


and the ACS in case of failure, mal-operation or violation of the system.

11.3.4 Spare Parts


a. General Spare Parts

Reference is made to the General Requirements.

b. Special Spare Parts


x One (1) printed board of each type for the CCTV system;
x One (1) camera of each type;
x One (1) printed board of each type for the access control system;
x Two (2) card readers;
x Two (2) push buttons;
x Two (2) electrical locks of each type.

c. Recommended Spare Parts

The Bidder shall recommend the spare parts he considers necessary for a five years operation
of the equipment. These spare parts shall be quoted in the price lists but not included in the
total price.

11.3.5 Workshop Tests

The security systems, related equipment and materials shall be type tested standard products
of competent manufacturers. Type test certificates shall be submitted to the
Employer/Engineer.

Workshop tests shall be carried out in compliance with the certified QC plan and the relevant
Standards.

11.3.6 Site Tests

Site tests shall be carried out in compliance with the approved QC plan and the Standards. The
following tests are the minimum requirement and shall be applied as appropriate for the
different communication systems.

x Inspection of the completed cable systems;


x Continuity tests of cable systems;
x Measurement of insulation resistance;

Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5 Procurement of Plant Single-Stage: Two-Envelope


6-B-11-50 6HFWLRQ(PSOR\HU¶V5HTXLUHPHQWV

x Functional and performance tests of each system.

Single-Stage: Two-Envelope Procurement of Plant Re-Tender No.: ICB-DCSD-2078/79-DSUEP-AIIB-W5

You might also like