ANNEXURE 5
TECHNICAL SPECIFICATION FOR
SUPPLY, INSTALLATION AND T&C OF OPTICAL CT ALONG
WITH RELAY PANEL TO IMPLEMENT CABLE DIFFERENTIAL
PROTECTION TO ENABLE AUTO RE-CLOSURE OF AEML 220KV
CHEMBUR- MSETCL 220KV TROMBAY AND AEML 220KV
CHEMBUR- MSETCL 220KV NERUL HYBRID LINES
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 2 of 45
RECORD OF REVISION
Sr. No
Revision No.
Item/Clause No. Nature of change Explanatory Notes
1 -- -- -- --
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 3 of 45
TABLE OF CONTENTS 1. INTRODUCTION ........................................................................................................................................... 4
2. SCOPE .......................................................................................................................................................... 4
3. APPLICABLE CODES & STANDARDS .......................................................................................................... 9
4. SERVICE CONDITION ................................................................................................................................. 11
5. SYSTEM DETAILS ....................................................................................................................................... 11
6. EXISTING CURRENT TRANSFORMER DETAILS AT TRANSMISSION SUBSTATION .............................. 12
7. TECHNICAL SPECIFICATION ..................................................................................................................... 12
8. TECHNICAL REQUIREMENTS ................................................................................................................... 15
9. GUARANTEE .............................................................................................................................................. 22
10. EXECUTION DETAILS AND METHODOLOY .............................................................................................. 23
11. TESTING ..................................................................................................................................................... 24
12. BILL OF MATERIAL .................................................................................................................................... 29
13. GURANTEED TECHNICAL PERTICULARS ................................................................................................. 30
14. ANNEXURE 1 ............................................................................................................................................. 45
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 4 of 45
1. INTRODUCTION
Adani Electricity Mumbai Limited – Transmission ( AEML – T ) Business hereafter referred as AEML in this specification, has eight (8) nos. of 220/33kV substations operating in and around Mumbai, Maharastra. To strengthen system in MMR region, AEML proposes to establish 220kV LILO connectivity with MSETCL at AEML Chembur S/S. MSETCL 220kV Trombay - MSETCL Nerul over head line will be made LILO at AEML Chembur S/S. With proposed connectivity, AEML Chembur will be connected to MSETCL Trombay and MSETCL Nerul S/S through 220kV hybrid lines (over head + cable)
This specification specifies the requirement of optical current transformer (OCT) and relays panel to enable auto reclosing of 220kV hybrid lines.
2. SCOPE
2.1 GENERAL
This specification specifies the requirement of optical current transformer/sensors to establish diffrential protection of cable section of 220kV hybrid transmission line. (Overhead + Cable section) to enable auto reslosing of hybrid line
BIDDER scope shall be to carry out detailed design, engineering of equipments or system mentioned in this document, prepare the required detailed engineering drawings, manufacture, testing, inspection at manufacturer’s works, packing, loading at work,, transportation with transit insurance, delivery at site ,unloading, erection/installation, testing and commissioning, carrying out site acceptance tests of the equipment, materials and services and handing over of the complete system to AEML as per enclosed data sheets and specification.
The equipment, materials and services shall conform in all respects to the applicable codes / standards/Guidelines as well as high standards of engineering design, best workmanship and be capable of performing in continuous commercial operation in a manner acceptable to AEML who will interpret the meaning of drawings and specifications and shall have the power to reject any work or material which in his judgment are not fully in accordance with technical specification.
Any item which may not have been specifically mentioned herein but needed to complete the equipment / system shall be deemed to be included and the same shall also be furnished and supplied, erected, installed and commissioned without any additional cost, unless otherwise specifically excluded as indicated.
This specification indicates AEML present proposed requirements and specifies the type of equipment and features presently being contemplated. If for any reason, the Bidder should prefer to use different materials, equipment or methods, which in his opinion, would improve the operation of the installation specified, he shall submit a base offer in conformity with the exact requirements of this technical specification
It is not the intent to completely specify all details of design and construction. Nevertheless, the system design and equipment shall conform in all respects to high standard of engineering, design and workmanship and shall be capable of performing in continuous commercial operation in a manner acceptable to the AEML.
2.2 SCOPE OF SUPPLY
The scope of supply shall include design, manufacture, assembly, testing at manufacturer’s work, packing, loading at works, transportation with transit insurance to site in properly packed condition, unloading at site, storage (as per available space at site), shifting of OCT to tower location,handling of Optical Current Transformer/sensor installation package at site, complete with
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 5 of 45
all accessories and spares mentioned in the technical requirement for efficient and trouble-free operation and performance of protection system. Refer Annexure 1, for detailed information about existing protection scheme and Hybrid transmision line and tower details.
The supplier shall study the requirements provided in this Technical specification and also to suit the “SERVICE CONDITION” and offer a complete system solutions with assured guaranteed performance.
Timely procurement and transportation to site in properly packed condition of all materials, equipments and miscellaneous items required for complete installation and trouble free commercial opeartion of the system.
The following items are in scope of supply
Optical current transformers/sensors and associated accessories, Merging units, IEC 61850-9-2LE compliant Numerical differential relay ,Ethernet switch, Global Positioning System (GPS), connecting fiber cables etc., associated configuration software’s with complete installation accessories, coupling devices & other required devices in complete manner required for successful operation of the above mentioned system.
Merging unit, IEC 61850-9-2LE compliant Numerical differential relay and Ethernet switch, Global Positioning System (GPS), connecting fiber cables shall be housed in separate panel.
Power & control cables, communication & Instrumentation cable, cable termination, splicing kits & accessories including lugs, ferrules, terminal blocks, junction boxes, Tag etc. as required.
PVC and metal conduits (both hard and flexible), cable trays, DIN rails, cable ties, clamps & other cable management accessories as required
Any material or accessory which may not have been specifically mentioned but which is necessary or usual for satisfactory and trouble-free operation and maintenance of the equipment shall be furnished without any extra charge.
2.3 SCOPE OF SERVICES
Scope of services shall include receiving all the equipments, materials and system at site, unloading, storage, preservation, handling, processing, complete assembly of components/sub-system/parts of system supplied by bidder at site, erection and installation of the system in live 220kV system, site acceptance testing and commissioning in live 220kV system, putting into successful and satisfactory commercial operation of the complete system as mentioned in the scope of supply above.
a. Opening of packing supplied at site in presense of AEML store person/site engineer/site incharge, checking and verification of materials and reporting for shortage or damage to AEML Immediately.
b. The bidder shall carry out works on all equipment and materials shall include but not limited to the following:
i. Identification of space and location on existing Line in – Line out (LILO) 220kV Transmission line tower for installation of optical current transformer/sensors and accessories etc with prior approval and acceptance from AEML.
ii. Design, erection and testing of mounting arrangement on existing Line in – Line out
220kV Transmission line tower for installation of optical current transformer/sensors and associated civil work as per required statutory electrical clearances.
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 6 of 45
iii. Identification of space and location for installation of new relay panel which shall be
housing IEC 61850-9-2LE numerical differential relay Analog and numerical merging units, Ethernet switch, Global positioning system and other accessories at 220kV control room of Chembur substation with prior approval and acceptance from AEML.
iv. Installation of optical current transformer/sensor and accessories at 220kV cable +
Overhead section transition tower.
v. Installation of relay panel housing protection relay, Analog and Numerical merging units, Ethernet switch and Global Positioning System,in separate panel etc.
vi. Providing relay setting along with supporting calculation for the offered differential
relay. Providing configuration for relays, merging unit, GPS and other equipments mounted on relay panel.
vii. Testing of the IEC 61850-9-2LE numerical differential relay, Analog and Numerical
merging units, ethernet switch, Global Positioning System and optical current transformer/sensors and complete scheme testing in totality.
viii. Extending the existing GIS current transformer secondary side wiring from existing
line relay panel /GIS to offered relay panel
ix. Laying of optical fibre cables from existing fibre management system (FMS) panel to offered panel.
x. Extension of offered relay alarm and trip signals/contact to existing main 1 and main 2
relay, SDH1 & SDH2 and SCADA in electrical and GOOSE format
xi. Supervision of testing of underground optical cable to ensure healthiness and compatibility for accurate functioning of differential scheme.
xii. Installation of supervision system for comparison and monitoring of optical current
transformer current output and existing current transformer output.
xiii. Integration of offered system in existing substation automation system (SCADA), including relay communication etc.
xiv. Bidder shall report the modification work to AEML which shall be required for
satisfactory commissioning of the system and obtain approval for execution of the same.
xv. Installation, complete scheme testing, commissioning and successful handing over of
the complete optical current transformer/sensor system package along with IEC 61850-9-2LE relay system in 220kV transmission station in efficient and safe manner.
xvi. The Installation, testing, commissioning work shall be performed with minimum system outages and minimum time and in line with AEML safety practices. Bidder to take prior approval and permission from AEML for Outages. Bidder to propose execution methodology and action plan to AEML while performing installation, testing and commissioning work and obtain approval of same from AEML.
xvii. Grounding/earthing of all equipment, panels, structure and supports and supply of
grounding material such as G.I. Strip/flats/wires etc. as required.
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 7 of 45
xviii. All civil works shall be carried out as per design/drawings approved by AEML and as per this specification. In case any item is not covered under specification then the same shall be carried out as per manufacturing guidelines and applicable Standards and Codes.
xix. The bidder shall depute and furnish all the technical experts of protection and optical
current transformer/sensor field, engineers, labor, tools, equipment, materials, temporary works, constructional plant and machinery, fuel supply, transportation and all other incidental items not shown or specified but as may be required for complete and satisfactory performance of the system in accordance with drawings, specifications and direction of AEML
xx. Minor civil works such as supports, anchors, wall cutouts, slab core shuttering etc and
making them as per excellent industry practices or guided by the AEML. Minor civil works like drilling, chipping and punching holes and openings in concrete floors, slabs, brick walls, fabrication of supporting structures and cleaning of all debris due to commissioning activities.
xxi. Bidder shall supply/provide erection materials, hardware, consumables, all special tools
and tackles, machines, scaffolding, platforms arrangements required for satisfactory commissioning of the system.
xxii. Proper storing arrangement at site location directed by AEML with suitable enclosure
for protection from all weather conditions, contingencies and pilferage of items under their scope of supply and materials issued by the AEML.
xxiii. Maintaining and managing of bidder/Bidder’s own store and reconciliation of free
issue items whenever desired by AEML.
xxiv. Arranging to repair, supply of shortage and/or re-order all damaged and short supplied items within 15 days from the date of damage or shortage reporting to AEML.
xxv. Coordination with Station In charge/Maintenance in charge and safety in charge
during works period by other Bidders.
xxvi. Pre-commissioning testing to ensure accuracy of erection and installation as per actual manufacturer’s instruction for smooth commissioning.
xxvii. Final testing and commissioning of system with all equipments in service in presence
of AEML’s representatives. This work shall include testing of all the functionality of the offered system with following all electrical and system conditions, safety interlocks and correctness of wiring as per approved drawings/scheme. The testing shall be done in live 220kV system.
xxviii. Successful completion of the punch points within 30 days from the date of handing
over the system to AEML, if any.
xxix. Approval of drawings from AEML including incorporation of scheme/drawings changes in existing drawings.
xxx. Modification jobs in schemes, wiring as envisaged by AEML/Manufacturer till the date
of handing over the equipment.
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 8 of 45
xxxi. Trial operation of complete offered system and equipment etc. for continuous thirty (30) days under the instruction of AEML’s Engineers if felt necessary by AEML, rectifying defects if any, testing and commissioning of the equipment.
xxxii. Prepare a work schedule with activity wise breakup details which shall be mutually
agreed documents for the satisfactory erection, testing and commissioning of the equipment.
xxxiii. Submission of various test reports, Product operating manuals, standard operating
procedure of the system, Check list for Routine maintenance and maintenance guidelines during breakdown, operation instruction during normal operation, calibration procedure etc. to AEML during handing over of the complete system.
xxxiv. All the routine and breakdown maintenance of the installed system till the successful
handing over and completion of all punch points, shall be done by bidder.
xxxv. Obtaining Site engineer’s approval and AEML’s written acceptance of satisfactory performance.
xxxvi. Handing over of complete system for commercial operation. The date of handing over
shall be construe till the bidder/Bidder completes the work and vacates the site.
xxxvii. Field modification carried out shall be marked-up and submitted to AEML as ‘AS BUILT’ drawing (6 Nos.) in Hard format as well as in 1 No. in Soft format i.e. in .dwg format.
xxxviii. Abiding to all rules and regulations in vogue at AEML’s premises in reference
particularly to the Safety, administration and security.
xxxix. Carry out daily tool box meeting with working staff and security supervisor.
xl. Meetings with AEML on fortnightly basis so as review the overall project schedule and timelines. Arranging for adequate resources including man, machines and materials for the targets decided in the meetings.
xli. The bidder shall be responsible for safety of human and equipment during the
working. It will be the responsibility of the bidder to co-ordinate and obtain necessary clearance from Site in charge/Station in charge/Maintenance in charge before commissioning. Any additional items, modification due to observation of Site in charge shall be provided by the bidder at no extra cost to the AEML.
xlii. The bidder shall confirm to provide after sales service support up to the gurantee
period for operation, maintenance & troubleshooting of the equipments within 3 Days of intimation.
Bidder shall submit all the Drawings and documents as per below mentioned tables
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 9 of 45
Documents to be submitted With the bid
After award
For approval
For reference
Proposal sheets duly filled in X
Deviation, if any, from the specification X
Catalogue X X
Valid type test report X
Performance certificate and other supporting document for QR of bidder X
Transport/ shipping dimension and weights ,space required for handling parts for maintenance
X X
Quality assurance plan X X
Dimensional general arrangement drawing X X
Guaranteed technical particulars X X
Bill of quantity with specification of each item X X
Certified reports of Routine tests and Acceptance tests of all equipments prior to dispatch
X
Application manual, Technical manual, operation manual and installation manual of relay
X
Relay configuration and recommended setting X
Scheme and GA drawing of OCT and relay panel X
3. APPLICABLE CODES & STANDARDS
Sr. No. Type / Code / Standard No.
with Year / Part Description
1 IS 12063:1987 IEC 60079
Classification of degrees of protection provided by enclosures of electrical equipment and Equipment protection by pressurized enclosures "p"
2 IEC 60721-3-3 Classification of groups of environmental parameters and their severities – Stationary use at weather protected locations
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 10 of 45
3 IEC 61850-9-2 Communication networks and systems for power utility automation – Part 9-2: Specific communication service mapping (SCSM) – Sampled values over ISO/IEC 8802-3
4 IEC 61850-9-2 LE Communication networks and systems for power utility automation – Part 9-2: Specific communication service mapping (SCSM) – Sampled values over ISO/IEC 8802-3 Lite Edition
5 IS 3231 / IS 8686 Electrical relays for power system protection 6 IEC 60255 Electrical Relays 7 IEC 60071 Insulation Coordination 8 IS 3043 Code of practice for earthing
9 IEEE Std1588TM – 2008
IEEE Standard for a Precision Clock Synchronization Protocol for Networked Measurement and Control Systems
10 IS:2147 Degree of protection provided by enclosures for low Voltage switchgear and control.
11 IEC 60044-8 Instrument transformers - Part 8: Electronic current transformers
12 IEC 61000 Electromagnetic compatibility (EMC), immunity confirming to the requirements, (Induced disturbances, surges, Oscillatory waveforms, common mode disturbances, fast transients, radiated electromagnetic field)
13 IEC 61010-1 Safety requirements for electrical equipment for measurement, control, and laboratory use - Part 1: General requirements
14 IEC 61850-3 Communication networks and systems in substations - Part 3: General requirements
15 IEEE 1613 Environmental and testing requirements for communications networking devices in electric power substations.
16 IEC 61000-4 Electromagnetic compatibility (EMC) - Testing and measurement techniques
17 IEC 60255-5 Electrical Relays - Part 5: Insulation coordination for measuring relays and protection equipment - Requirements and tests
18 IS 14697/1999
HT Static Tri vector TOD Energy meter
19 IEC 62052-11 Electricity metering equipment (AC) – General requirements , tests and test conditions
20 IEC 62053-22 Static meters for active energy (class 0.2 S and 0.5 s)
21 IEC 62056 The standard for Electricity metering – Data exchange For meter reading, tariff and load control.
22 IS 13410 – 1992 with latest amendment
Specification for Pilfer Proof Meter box Suitable for 3 – Ph static Energy Meter
23 IS 1248 & IS 2419 Indicating Instrument
24 IS 6875 amended up to date
Control switches
25 IEC 60947 Low-voltage switchgear and controlgear - Control circuit devices and switching elements
25
IEC 60068-2-60, IEC 60068-2-42 & IEC 60068-2- 43
Environmental testing
26 IEC 60654 Industrial-process measurement and control equipment operating conditions
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 11 of 45
Design, manufacture, testing, material and devices which are not covered by IS/IEC standards shall confirm to, and comply with, the latest applicable standards, codes and regulations of the internationally recognized standardizing bodies / professional societies as may approved by the purchaser. The manufacturing shall list all such applicable standards, codes and submit a copy of the same in English with bid for necessary approval.In case of conflict between various requirements / order documents, the precedence of authority of documents shall be as follows
Technical specification
Applicable codes and standards
Approved drawings
Guaranteed Technical Perticulars (GTP)
Other acceptable documents
4. SERVICE CONDITION
5. S
Y
S
T
E
M DETAILS
Site Location Mumbai, Thane, Maharashtra
Service Relay panel - Indoor
OCT - Outdoor
Ambient Temperature 0 to 50 0 C
Seismic Data (As per IS 1893) Zone-III
Altitude above mean sea level ≤ 1000m
Relative Humidity ≤ 100 %
Wind design pressure for structure As per IS:875
Wind Zone As per IS:875
Basic wind speed 47 m/Sec
Atmosphere Corrosive, Saline. Gx as per ISA 71.04-1985
Vibration due to earth As per IS 1893
Nearest airport & seaport Mumbai
Pollution level Class E -Very Heavy (IEC 60815-1)
Nominal system voltage (KV) 220kV
Highest system voltage (KV) 245kV
System Frequency (Hz) 50 Hz
Type of system grounding Solidly grounded
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 12 of 45
6. EXISTING CURRENT TRANSFORMER DETAILS AT TRANSMISSION SUBSTATION
Application Details
CT for line differential cum distance
Protection for Main1 and Main 2 relays
CT Ratio: 2000/1A
Class: PS
Rct ≤ 4 Ohms
Ie < 30 mA @ Vk / 4
Vk ≥ 450V
7. TECHNICAL SPECIFICATION
7.1 INTRODUCTION
220kV hybrid transmission line comprises of overhead line and underground cable section. The transition from overhead line to underground cable section is done at 220kV tower. This specification specifies the requirement of diffrential protection scheme for 220kV cable section so as to enable auto reclosing for AEML 220kV Chembur – MSETCL 220kV Trombay and AEML 220kV Chembur – MSETCL 220kV Nerul hybrid transmission lines.
Primary requirement for this scheme is to identify fault on cable section.The same is acheived by implementing differential protection for cable section. Cable section emanates from AEML Chembur S/S and it shall get terminated at 220kV LILO tower of MSETCL. Tower is located @2.5km from AEML Chembur substation (Refer SLD given below)
SLD of proposed scheme
Basic Insulation Level 1050 kVp
Short time withstand current for CT and
terminal connectors for 3 sec. in (kA)
with rated dynamic current.
50kA rms with 125kAp
Maximum temperature rise over an
ambient temperature of 0C. IS 2705
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 13 of 45
At Chembur subsation, conventional CT of exiting GIS will be used for the scheme. At tower end, optical CT will be installed on LILO tower to sense current from remote end of cable section. Relay panel housing secondary equipments for scheme shall be located at AEML Chembur S/S. Input from both conventional and optical CT shall be connected differential protection relay (IEC 61850-9-2LE) through merging units.
Cable differentail protection relay will operate for any fault on 220kV cable. Cable differential protection relay operated signal shall be hard wired to binary input of Main 1 and Main 2 differentai protection relay of the line , SDH1 & SDH 2 at Chembur S/S. At Chembur end, signal shall be used to block auto reclose at Chembur S/S. Through SDH, signal shall be transmitted to MSETCL Trombay and MSETCL Nerul S/S. These signals will be wired to remote end differential protection relays to block auto reclosure at remote end of lines.
Cable termination / bushing is also part of cable and shall be covered in differential protection zone of underground cable. Any fault in cable termination / bushing shall be considered as In-zone fault of differential protection zone of underground cable. .
7.3 DESIGN REQUIREMENT
The proposed Optical current transformer along with protection system (IEC 61850-9-2LE protection relay and merging units and other accessories) shall have following features
Optical current transformer shall measure the current in the above mentioned line accurately adhering to above mentioned standards and transmit the current input quantity measured at LILO tower to numerical differential relay installed at 220kV Chembur substation without any latency and attenuation of current.
It shall be possible to transmit optical CT to relays which is located almost 5km from LILO tower location without any latency and attenuation of current
Differential relay shall have cable charging current compensation to prevent operation of relay during energisation and auto reclosing of line
Numerical differential relay (IEC 61850-9-2LE) shall have provision to accept current inputs from both optical and conventional current transformer accurately.
Relay shall operate accurately with CTs which works on different operation principle (conventional and optical CT).
Differential protection operated output of numerical differential relay (IEC 61850-9-2LE) / shall be used to block the auto reclose function of line configured in overall differential protection relay of the line. Auto reclose function at local end (Chembur end) shall be blocked by wiring differential operated signal to binary input of the overall differential protection relay. Auto reclose block signal to remote end shall be transferred through SDH.
Bidder shall provide fiber patch cords to connect offered relay to existing SCADA system of AEML. Communication protocol of relay shall be IEC 61850. It shall have dual fiber /electrical port for communication with SCADA as per availability of port in existing Ethernet switch at site.
Analog merging unit shall be provided to convert the conventional CT input from electrical format to digital format as per IEC 61850-9-2LE.
Numerical / Digital merging unit shall be provided to convert current input from OCT from optical format to digital format as per IEC 61850-9-2LE.
Global positioning system (GPS) shall be used for time synchronization of Digital merging
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 14 of 45
unit, analog merging unit, Numerical differential relay.
Redundant GPS system shall be provided to make system reliable in case failure of one GPS
Below mentioned are the relay test kits available with AEML. Bidder to upgrade any one of the test kits so as to make it IEC 61850-9-2LE compliant test kit. Necessary work for upgradation o be done at site
Omicron CMC356
Megger MPRT8430
Ponova PW636i
Doble F6150.
General Guidelines for the equipments offered are mentioned below
Equipments shall perform satisfactorily under induced voltage conditions in EHV substations environment. Bidder to confirm that the product offered shall provide stable readings when exposed to induced voltages. Shielded / screened cables & devices shall be used for these requirements. The equipments shall confirm to EMI/EMC environment as per relevant IEC.
Offered system shall be easily removed, relocated & transported to different site locations if required & shall provide desirable outputs when reinstalled.
The current measurement by optical Current transformer shall be of high precision.
The bidder shall confirm that the product offered shall provide desirable outputs under environment conditions as mentioned in this document.
The connecting cables, wires or leads shall be provided with sufficient length in order to locate the equipments on the same panel or on separate panel if required. Any reservation on lengths shall be clearly specified in the offer by the bidder.
The equipments offered shall be provided with calibration certificate. The calibration procedure of the equipments shall be clearly provided by the bidder.
Complete system shall be offered in such a way that it shall be convenient to carry, wear & tear proof.
7.4 CABLES All the cable used both for power and control application shall be 1.1kV Copper cables,
XLPE insulated, FRLS, Multi shield aluminum foil & braid (Screened) cables with PVC outer sheath. All the Communication cables shall be of CAT6 or equivalent.
7.5 CABLE TRAY, SUPPORTS & ACCESSORIES GI pre fabricated cable trays, coupler plates, nuts, bolts & washers, reducers, covers, GI
Flexi rack cable tray support system ,wall brackets, hanger clamps, straight run, elbows, bends , PVC pipe conduits, fittings & accessories for cable installation etc. as required for 1.1 KV Power, Control, Shielded, Communication cables.
7.6 CABLE LAYING, TERMINATION & JOINTING ACCESSORIES
Cable Termination including compression cable glands, lugs, galvanized steel, metal and
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 15 of 45
PVC rigid / flexible conduits and accessories, ferrules, terminal blocks, galvanized sheet steel junction boxes, cable fixing clamps , trefoil clamps, Nylon clamps ties for multicore 1.1 KV power / control & All communication cables, RJ45 connectors, cable identification tags, tapes, tiles, cable dressing materials nuts & bolts etc as required.
8. TECHNICAL REQUIREMENTS
1 Application Differential protection for 220kV cable to enable auto reclose for
220kV hybrid line.
2
Optical current
transformer/sensor with all
required accessories
a) Optical current transformer shall be able to measure the
220kV line current.
b) It shall be capable to measure AC and DC currents both in
steady state and transient condition with the same accuracy
from 1A to 100kA over a bandwidth of 10Hz to 3kHz
frequency.
c) It shall have capability to measure initial dc offset current
during fault.
d) The optical current transformer shall be able to operate
without requirement of any auxiliary power, as it is to be
installed at the transmission line tower, where no auxiliary
supply shall be available.
e) The optical current transformer shall provide 5TPE class
accuracy for protection application.
f) It shall programmable output scaling
g) It shall be free standing equipment installed at Line In Line
out hybrid transmission line tower.
h) It shall be able to mount on pedestal or in suspension to rigid
bus.
i) It shall not contain any Gas, Oil for insulation.
j) If it is provided with dry type insulator, then it’s minimum
creepage distance, Impulse test voltage, static withstand
load, etc. shall be designed for 220kV voltage level system.
k) In shall be installed in such a way that, it can cover cable
termination / bushing in cable differential protection zone.
l) Rated current of 220kV hybrid transmission line shall be
2000A.
m) Optical current transformer shall be able to operate with
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 16 of 45
cable length between electronics module and sensor box up
to 10 kM.
n) Optical current transformer shall provide IEC 61850-9-2 LE
compliant output.
o) Optical current transformer shall provide linear output for
current range from 0 to 50kA.
p) Sensor box shall be isolated from High voltage connections.
q) It shall have Immunity against electromagnetic interferences
(EMI).
r) OCT shall be lighter in weight so as to install on tower.
s) It shall be Maintenance-free and longer life-span.
t) It shall be environment friendly and shall be used without SF6
gas or oil.
u) It shall provide output with full galvanic isolation from high
voltage side.
3
Analog Merging Unit with
all required accessories
a) It shall be capable of receiving ac analog current and / or voltage from conventional current and voltage transformer and convert received analog input signal into digital output value i.e sampled value as per IEC 61850-9-2LE format.
b) It shall be capable to transmit converted digital value to Ethernet network, Relay, bay controller etc.
c) Converted digital value shall be published in the form of sampled values (SV) that comply with IEC 61850-9-2LE.
d) It shall be able to produce precise, time aligned output data stream of sampled values according to the IEC 61850-9-2LE standard.
e) Merging unit shall be provided with IEC 61588 PTP compliant master clock or with the use of 1 PPS synchronization signal received via an electric pulse or a fiber optic connection.
f) It shall be able convert the output of any of the existing current transformer (CT) and voltage transformer (VT) analog input values in to IEC 61850-9-2LE sampled value format.
g) It shall be able to operate in extreme temperature from -40° C to +55° C.
h) It shall provide critical information concerning the health of the system through signals or LED indication for
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 17 of 45
o Availability of auxiliary power
o Device in healthy
o Presence of alarm condition, if any
o Time synchronization signal input available
o LAN power and connection healthy.
i) Status, event log, alarms and system configurations shall be manageable from local as well as remote.
j) It shall be capable of receiving minimum 4 current inputs and 4 voltage inputs quantity.
k) It shall be capable of being synchronized by 1588 Ethernet clock or fiber /electrical PPS input or by GPS.
l) It shall provide optical isolation between analog input and digital output.
4
Numerical Merging Unit
with all required
accessories
a) It shall be capable to provide light output of desired wavelength and inject it into optical fiber.
b) It shall be capable to measure optical current transformer/ sensors in optical form and convert it in to digital sampled values as specified in IEC 61850-9-2LE.
c) It shall be able to produce precise, time aligned output data stream of sampled values according to the IEC 61850-9-2LE standard.
d) It shall function and adhere to the accuracy limits as per mentioned standards for protection (5TPE class) application of substation.
m) It shall be provided with IEC 61588 PTP compliant master clock or with the use of 1 PPS synchronization signal received via an electric pulse or a fiber optic connection.
e) It shall provide output in IEC 61850-9-2LE sampled value format to Ethernet switch or numerical differential relay and IED, Differential current detector etc.
n) It shall be able to operate in extreme temperature from -40° C to +55° C.
f) Converted digital value shall be published in the form of sampled values (SV) that comply with IEC 61850-9-2LE (light edition).
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 18 of 45
g) It shall provide critical information concerning the health of the system through signals or LED indication for
o Availability of auxiliary power
o Device in healthy
o Presence of alarm condition, if any
o Time synchronization signal input available
o LAN power and connection healthy.
h) Status, event log, alarms and system configurations shall be manageable from local as well as remote.
i) It shall be capable of receiving minimum 3 current inputs
j) It shall be capable of being synchronized by 1588 Ethernet clock or fiber /electrical PPS input or by GPS
k) It shall provide optical isolation between analog input and digital output.
5
IEC 61850-9-2LE
compliant Differential
Protection relay
a) It shall be able to provide differential protection to 220kV
transmission line having two ends and comprises of 220kV
underground cable and/or 220kV overhead line section.
b) It shall provide differential protection with phase segregated
current measurement.
c) It shall be sensitive to high resistive faults with fault current
as less than rated current.
d) It shall have cable charging current compensation feature
e) Relay shall have two independent differential protection
stages
f) It shall have configurable dual slope characteristic.
g) It shall be IEC 61850-9-2LE compliant having 2 numbers of
optical port for receiving current inputs value for comparison.
h) It shall compare the two input current quantity received in
IEC 61850-9-2LE sampled value format.
i) Differential current input 1 is provided by optical current
transformer/sensor in IEC 61850-9-2LE sampled value format.
j) Differential current input 2 is provided by merging unit
installed at substation in IEC 61850-9-2LE sampled value
format.
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 19 of 45
k) In addition to differential protection it shall provide below
mentioned protections
o Auto-reclosure single/three-pole (79)
o Breaker-failure protection (50BF)
o Phase and ground over current protection (50, 50N, 51, 51N, 67, 67N)
o Distance protection (21)
o Over / under voltage protection (59/27)
o Over /under frequency protection (81O/U)
o Overload protection (49)
l) It shall be provide with monitoring features as mentioned
below
o Self-supervision
o CT & VT Supervision
o Trip circuit supervision
o Oscillographic fault records
o Event logging / fault logging
o Switching statistics
m) It should be provided with one (1) no. of serial protection data
interface
n) It shall be provided with USB front port for communication
with laptop for relay configuration
o) It shall be have user friendly operation and provided with
function keys and LED’s indicating local alarm.
6 IEC 61850-9-2LE
compliant Ethernet Switch
a) The switch must provide all the functionality required for the
IEC 61850 substation. It shall be manageable type
b) It must be modular, flexible and robust to work satisfactory in
substation environments.
c) It shall be IEC 61850-9-2LE compliant and shall able to
receive and transmit data in the 9-2LE sample value format.
d) It shall have both interface i.e. copper and fiber for data
communication.
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 20 of 45
e) Each port must support transmission speed of 1 Gbps which
shall be required for process bus application.
f) All the interfaces shall be hot-swapped without
reconfiguration.
g) It shall be able to operate as either a transparent clock or
boundary clock.
h) It shall be support 2 master ports and up to 11 PTP slave ports
when it sets as boundary clock.
i) Internal NTP server synchronized by IEEE 1588 reference.
j) It shall support process bus, GOOSE, MMS, PMU and WAMS.
k) Optical interface shall be provided as 100baseFX for
multimode fiber with ST connector type and 1000baseFX for
single mode fiber with LC connector.
l) Copper interface modules shall be as 10/100/1000baseFX,
auto negotiation and automatic crossover detection.
m) It shall have automatic detection and control for broadcast,
multicast and unicast flood storms.
n) Time synchronization shall be as per IEEE 1588 v2 with
hardware based time stamped on all port.
o) It must have high immunity to external electrical interface
found in substation.
p) It shall have dual power supply with universal range aux
supply for operation.
q) It must operate satisfactorily for temperature range of -40 °C
to 55°C.
r) There shall be provision for remote monitoring of the
Ethernet switch.
s) There shall be provision of signaling alarm with dry binary
output contact being able to operate at 0-120Vdc and 0-
250V dc).
t) It shall be able to operate for temperature range of -40 deg C
to +55 deg C using natural convection and without
application of fan.
u) It shall be able mount on 19” standard rack (1U) or with DIN
rail support or Front/rear interface.
v) It shall have conformal coating to make it suitable for GX
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 21 of 45
environment
7
Geographical Position
System (GPS), clock,
antenna, cable and conduit
for laying cable
Features
a) All weather water proof antenna.
b) Continuous IST reference of GPS receiver
c) Programmable pulse output
d) IRIG-B, IRIG-E and NTP time coded output
e) Large size time and data display receiver
f) Digital distance view LED display
g) LED indication for status of GPS, RTC and power supply
h) Keypad for accessing various menus.
i) Self diagnostic output
j) Short circuit protection and feed line fault detection
Suitability a) The instrument shall be suitable for use in dust laden, hot and
humid tropical atmosphere
9 Simplex type panel
It shall be simplex type panel and provided with full glass door
in the front.
The panels shall be provided with lockable rear access door.
Panel shall be free standing, floor mounting type and shall
comprise of rigid welded structural frames enclosed
completely with specifically selected smooth finished, cold
rolled sheet steel of thickness not less than 3 mm thick for
load bearing members of the panels such as base frame, front
sheet and door frames, and 2 mm thick for non-load bearing
members such as sides, door top and bottom portions.
Panel shall be completely metal enclosed and shall be dust,
moisture and vermin proof. The enclosure shall provide with a
degree of ingress protection not less than IP-54.
All doors, removable covers and panel shall have neoprene
gasket all around.
Ventilating louvers, if provided shall have screens and filters.
The screens shall be made of either brass of GI wire mesh.
Panel shall be provided with base frame with smooth bearing
surface which shall be fixed on the embedded foundation
channels with intervening layers of anti vibration pad made of
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 22 of 45
shock absorbing materials.
Cable entries to the panel shall be from the bottom.
The gland plates of the panel shall be of GI and removable
type. Necessary number of cable glands of sizes to suit
external cables to the panels shall be supplied by the Bidder.
Cable glands shall be screwed type made of brass and shall be
suitable for PVC armored cables. The gland plates shall be
provided with gaskets to ensure ingress protection class of
panel.
Panels shall be fully wired at the factory to ensure proper
functioning of control, protection, and interlocking schemes
as per approved scheme by Owner.
All steel surfaces shall be thoroughly cleaned by sand blasting
or chemical agents, as required to produce a smooth surface
free of scales, grease & rust.
All equipment mounted on the panel shall be provided with
individual name plates with equipment designation engraved.
Name plates for panels shall be provided both on the front
and on rear.
Panel should be provided with proper illumination, space
heating and auxiliary supply arrangement.
Panel shall be equipped with an earth bus securely fixed
along inside base of the panel extending the entire length of
the assembly. The size and material of the bus bar shall be
50x6mm (min) and copper.
Panel shall have provisions of cable entry from bottom
through cable gland plate. The gland plate shall be removable
type, 3 mm thick.
9. GUARANTEE
Bidder shall guarantee GOODS against any defects or failure which arises due to faulty materials, workmanship or design. Bidder’s guarantee shall expire thirty (30) months from the date of successful commissioning of GOODS or thirty (36) months from the date of completion of delivery of GOODS (last consignment) whichever is shorter period (the defects liability period). If during the defects liability period any GOODS are found to be defective, they shall be promptly replaced or rectified at Bidder’s own cost. This shall include cost of dismantling from site and redelivering repaired / replaced item at site.
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 23 of 45
On receipt of complaint from Owner, Bidder shall ensure to attend the complaint within seven days of reporting. In case GOODS need to be sent back to factory for repair, Bidder shall arrange his representative to dismantle and collect the material from site within seven (7) days of report of complaint. Repaired / replaced GOODS shall be redelivered at site within 21 days of receipt of complaint. While redelivering GOODS, Bidder’s representative shall verify proper functioning of repaired GOODS, if desired by Owner.
10. EXECUTION DETAILS AND METHODOLOY
10.1 SCOPE
Receiving all materials at site, preservation, handling at site, assembling of components / parts and erection, testing and commissioning and handing over with completion of all punch points, if any of the equipment supplied.
Abiding to all scope of services as mentioned in Cl 2.0 of this documents.
The responsibility of work shall include but not limited to the following:
I. Taking delivery from Owner / Bidder’s store / storage yard and transporting it to the place of erection or sub-Bidder’s storage area.
II. Cleaning, assembling, erection and complete installation. III. Pre-commissioning test, testing and commissioning in presence of Site in charge. IV. Trial run of all equipment, rectification of defects, if any and adjustments as necessary. Refer
Cl2.3.x for further information. V. Obtaining AEML approval and written acceptance of satisfactory performance.
VI. Handing over of installation for commercial operations with completion of all punch points. VII. Adhering to contract closure procedure as specified in this document & instructed by R-Infra
Engineer In charge. VIII. It is suggested that the bidder shall carry out site visits prior to quotation submission for the
bid & shall seek of all the informations of the equipments and as suggested above from AEML. Necessary data as available shall be provided to the bidder.
IX. The Bidder shall perform necessary drilling, cutting on the blank plate and any minor modification work required to complete the job.No separate agency other than bidder shall be provided by AEML to complete the installation. The bidder shall perform all works as required for satisfactory and sucessful completion of the job .Any modification in the existing setup shall be done, rectified or modified with prior approval and to full satisfaction of AEML Engineer Incharge.
X. The bidder shall include supply of all materials, equipments, spares required in its scope to complete the job, including any modification works in existing systems.
XI. The work shall include all clamping, fitting, fixing, soldering, taping, cable jointing, crimping, shorting, welding and grounding, grouting as required for the complete job. All accessories required such as terminal blocks, junction boxes etc. for all such operations shall be have provided by Bidder.
XII. Bidder shall provide all consumable materials such as soldering rods, electrical insulated tapes as well as cable jointing kits shall be included in the offer.
XIII. If the cable end box or terminal enclosure provided on the equipment is found unsuitable and requires major modification, the same shall be carried out by the Bidder at the discretion of AEML.
XIV. Control cable termination shall be made proprly so as to avoid crowding of control cable. Cable tie of proper size and strenght shall be used for proper dressing of control cables.
XV. All the cable shall be terminated at both end with cross ferrules and proper ferrule number as per schematics.The ferrules shall be printed, colored and interlocked types..Spare cores shall
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 24 of 45
be similarly ferruled, crimped with lug and taped on the ends. Spare cores shall be ferruled with individual cable & core number.
XVI. Termination and connection shall be carried out in such a manner as to avoid strain on the terminals.
XVII. All cable entry points shall be properly sealed and made vermin and dust proof. Unused opening, if any, shall be effectively closed. Sealing work shall be carried out with approved sealing compound having fire withstand capability.
XVIII. Cable glands shall be tinned brass gland, compression type complete with necessary armour clamp and tapered washer etc. Cable glands shall match with the sizes of different LT Power /Control cables & SCADA cables
XIX. Cable lugs shall be suitable for termination of different cross-sections of Low Tension Power/Control cables / SCADA Cables and shall be of following types:
XX. Cable lugs for control cable termination shall be insulated. These lugs shall be pin type/flat type/ring type/U type to suit the terminals provided in the panels.
XXI. Copper tubular terminal end for solder less crimping to copper conductors. Solder less crimping of terminals shall be done by using corrosion inhibiting compound. The cable lugs shall suit the type of terminals provided on the equipment. Lugs for control/instrumentation cables shall be PVC insulated/sleeved type
XXII. Cables shall be installed without joints as far as practicable. Wherever a cable jointing operation is necessary, the same shall be brought to the notice of the AEML before such jointing is made.
XXIII. Cables will be laid on cable trays in conduits. XXIV. Conduits shall be of rigid PVC, furnished in standard length of 5 meters, threaded at both
ends. Conduits diameter up to and including 25mm size shall be of 16 SWG and conduits above 25 mm diameter shall be of 14 SWG. Flexible PVC shall be used at bends, terminals.
XXV. Rigid PVC conduits conforming to IS: 4985 shall generally be used for control cables in some areas where cable trays do not exist and where the runs are straight. Reinforced PVC conduits for used for SCADA cables.
10.2 CIVIL WORK
All civil works shall be carried out as per design/drawings approved by AEML and as per this specification. In case any item is not covered under specification then the same shall be carried out as per manufacturing guidelines and applicable Standards and Codes. Design and erection work of mounting arrangement for installation of optical current transformer shall be done considering statutory electrical clearances and norms. The bidder shall furnish all labor, tools, equipment, materials, temporary works, constructional plant and machinery, fuel supply, transportation and all other incidental items not shown or specified but as may be required for complete and satisfactory performance of the system in accordance with drawings, specifications and direction of AEML. Minor civil works such as supports, anchors, wall cutouts & making them as per excellent industry practices or guided by the AEML. Minor civil works like drilling, chipping and punching holes and openings in concrete floors, slabs, brick walls, fabrication of supporting structures and cleaning of all debris due to commissioning activities.
11. TESTING
11.1 PROCEDURE
I. The Bidder should submit the Factory Acceptance Test Procedure and qaulity assurance plan. This document shall include all the factory tests; IEC/IS standards, acceptance criteria; reference documents; sample formats of Test Reports/results; Test Circuit for all the test & all
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 25 of 45
the required information. All these documents shall be submitted to AEML for appoval before giving inspection call.
II. Until the successful and satisfactory inspection of the offered system by AEML and receival of
Material Dispatch Clearance certificate, no material shall be shipped.
III. All the required tests as per standard/specifications shall be carried out at Bidder’s cost and expenses. Damage or failure of any component/part/subsystem during testing and inspection shall be born by bidder. The specified test during which damage or failure occurred shall be carried out with repaired or replaced item and completed system shall be again offered for inspection.
IV. The purchaser shall witness the tests as identified in the approved QA plan. The date for
conducting such tests shall be informed to AEML two (2) weeks in advance.
V. 100% material should be ready for inspection. Routine test report shall be submitted before inspection.
VI. The Bidder shall submit the valid Type Test reports of the offered product in respect of all the
major components as per requirement of the latest standard for examination. VII. The manufacturer shall state the plan of manufacture, testing and inspection of the various
work in the bid, and the representative of engineer shall also be entitled to access to manufacturer's or, sub-Bidder's work at any time during working hours for the purpose of inspecting the manufacture of equipment and materials.
VIII. Such inspection and approval shall not relieve the Bidder from full responsibility for furnishing
equipment conforming to the requirements of the specifications nor prejudice any claim, right or privilege which the Purchaser may have, because of the use of defective or unsatisfactory equipment. Should the inspection be waived by the Purchaser, such waiver shall not relieve the Bidder in any way from his contractual obligation.
IX. The list of tests (Type test, Routine tests and Special tests) shall be conducted in
accordance with latest IS and IEC standards and shall also include test mentioned in this specification.
X. The system offered must be of type tested earlier. It shall confirm to the type tests in
accordance with the latest relevant IEC Standards.. AEML may like to conduct any of the type tests repeated. List of test reports to be submitted along with bid.. 11.2 Test details for OCT and other equipments
SR NO EQUIPMENT TEST
1 OPTICAL CURRENT TRANSFORMER
1.Type Test Short-time current tests Lightning-impulse test Switching-impulse test
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 26 of 45
Temperature-rise test Wet test for outdoor type electronic current transformer RIV Transmitted overvoltage test Low-voltage components voltage withstand test Accuracy test Additional accuracy tests for protective electronic current
transformer Verification of the protection Tightness tests Minimum permanently admissible nominal voltage Climatic environmental condition Electromagnetic compatibility: emission Electromagnetic compatibility: immunity Vibration test Verification of the driver characteristics for digital output Verification of the receiver characteristics for digital
output
2. Routine Test Verification of terminal markings Power-frequency withstand test on primary terminals Partial discharge measurement Power-frequency withstand test for low-voltage
components Tightness tests Accuracy tests Measurement of secondary direct voltage offset (Usdc0)
for analog output. If applicable (ECT powered by line current), measurement
of the minimum wake-up Current needed to ensure nominal performance of the ECT
for analog output.
3. Special Test Chopped lightning-impulse test on primary terminals Measurement of capacitance and dissipation factor Multiple chopped impulse test on primary terminals Mechanical tests Accuracy test versus harmonics Tests in accordance with the technology applied Verification of timing accuracy
2 NUMERICAL DIFFERENTIAL RELAY
1. TYPE TEST
Test for standard Values Test for operation and Accuracy Test for relay Characteristic and performances Test for thermal Requirements Test for mechanical Requirements Test for values of the limits of the operative range of the
auxiliary energizing quantities Test for shock and vibration Test for contact performance
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 27 of 45
Test for rated Burden Test for insulation Test for marking and data Test for high frequency disturbance test Test for impulse voltage withstand test Dielectric Voltage Withstand Test Single Fault Condition Assessment Test Earth Bonding Impedance Test CE Marking Cyclic Temperature/Humidity Test Enclosure Protection Test
2. ROUTINE TEST
a) Standard values test for operation and accuracy b) Functional Test including below mentioned test but not
limited to Visual Inspection Marking and data Verification of wiring connections / continuity Current injection test Relay functionality test Annunciation check Operation check- Electrical interlock Scheme check by secondary injection Insulation resistance check before and after high voltage
test Relay Characteristic and performances Impulse voltage withstand test Determination of transient performance Goose Test Delay time of sampled values Interoperability Test
4 ETHERNET SWITCH 1. TYPE TESTS
KEMA IEC 61850 Certificate Electromagnetic disturbance tests Electromagnetic immunity tests Temperature and climate tests Safety tests All other test as per applicable standards
5 GLOBAL POSITIONING SYSTEM
1. TYPE TEST
Accuracy Test Dry heat test Cold test Damp heat cyclic test Radiated emission test Electrostatic discharge immunity test Electrical fast transient High frequency surge test 1 MHz burst test
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 28 of 45
Bidder to propose a complete detailed site acceptance test procedure & quality plan to AEML along with offer & later for approval clearly specifying the test to be carried out for final acceptance at site for the offered system.
Dielectric test
2. FUNCTIONAL TEST
Verification of make and model Verification of accessories Verification of range, rating accuracy and resolution of
main instrument Demonstration of all future and functions All other test as per applicable standards
6 ANALOG &
NUMERICAL (DIGITAL) MERGING UNIT
1. TYPE TEST
KEMA IEC 61850 Certificate Electromagnetic disturbance tests Electromagnetic immunity tests Temperature and climate tests Safety tests CE Marking Cyclic Temperature/Humidity Test Enclosure Protection Test Test for operation and Accuracy Test for thermal Requirements Test for mechanical Requirements Test for shock and vibration Test for insulation Test for marking and data
2. ROUTINE TEST
Verification of make and model Verification of accessories Verification of range, rating accuracy and resolution of
main instrument Delay time of sampled values Time synchronization Close loop test Interoperability Test Sampled Value Test Demonstration of all future and functions All other test as per applicable standards
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 29 of 45
12. BILL OF MATERIAL
12.1 SUPPLY
Sr No Item Description Unit Quantity
1 Optical current transformer (OCT) with cable management box, outdoor LIU/splice box and other accessories
No 6
2 Integrated simplex relay panel for housing following equipments to accommodate scheme of OCT No 2
2.1 IEC 61850-9-2LE compliant differential protection relay /panel No 1
2.2 Analog merging unit with accessories/panel No 1
2.3 Numerical Merging unit with accessories /panel No 1
2.4 IEC 61850-9-2LE process bus Ethernet switch with accessories /panel No 1
2.5 Global Positioning system (GPS) and clock and all required accessories /panel No 1
2.6
MCB, switch, DC supervision and manual change over scheme, control cable, TTB with test plug, panel accessories like illumination and heater, fiber patch cord to establish connectivity of relay and merging unit with Ethernet switch, LIU, TB, conduit for laying cable etc to make system complete as per scheme requirement /panel
LS 1
2.7
Optical fiber cable / patch cord to establish redundant connecting of FMS panel with relay panel, LIU at FMS panel for establishing connectivity , conduit for laying cable/patch cord / panel
LS 1
2.8 Licensed software for relays, merging unit, GPS and Ethernet switch No/type 1
2.9 Communication cable for connecting relays, merging unit, GPS and Ethernet switch with laptop – length 4m No/type 2
12.2 SERVICES
Sr No Item Description Unit Quantity
1
Design, supply, verifying tower structure design for additional load of OCT and installation of mounting arrangement for installation of six (6) nos of optical current transformer on 220kV Line In- Line Out (LILO) tower
Ls 1
2 Unloading, storage, shifting of OCT to tower location, lifting of OCT for mounting on tower, mounting of OCT, establishing connectivity of OCT with cable termination and LA
LS 1
3 Unloading, shifting of relay panel to desired location, making floor ready for panel erection, erection, testing and commissioning of relay panel
LS 1
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 30 of 45
5 Recommendation of relay setting with supporting calculation and preparation of relay configuration
LS 1
6 Laying of control and fiber cable LS
7 Testing and commissioning of scheme and individual equipment Conducting stability test with primary injection
LS 1
6 Submission of test reports of panel and Optical CT Set 2
7 Preparation of as built scheme drawing of existing CR panel incorporating modification related to OCT scheme Set 6
8 Preparation of as built drawing of
a. relay panel of OCT scheme b. OCT
Set 6
9 Training of OCT and secondary equipment for two days at site LS 1
12.3 SPARE
Sr No Item Description Unit Quantity
1 Differential protection relay No 1
2 Analog merging unit No 1
3 Numerical merging unit No 1
4 Ethernet switch No 1
5 Aux relay for DC supervision No 1
6 Fiber patch cords No Per type 2
7 TTB and test plug No 1 each
Note: The above bill of material is indicative to bidder for supply of specified package. Bidder to
consider all the items / equipment required in adequate quantity to meet the Owner’s
requirement.
13. GURANTEED TECHNICAL PERTICULARS
13.1 OPTICAL CURRENT TRANSFORMER WITH ALL REQUIRED ACCESSORIES
Sr. No. Description Buyer Requirement Data to be filled
by Bidder Remarks
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 31 of 45
1 Name of the manufacturer (Make and Type) Bidder to specify
2 Nominal system voltage (KV) 220kV
3 Highest system voltage (KV) 245kV
4 System Frequency (Hz) 50 Hz
5 Type of system grounding Solidly grounded
6 Basic Insulation Level 1050 kVp
7
Short time withstand current for CT and terminal connectors for 3 sec. in (kA) with rated dynamic current.
50kA rms with 125kAp
8 Frequency 50Hz
9 Accuracy for Protection application 5TPE
10 Minimum creepage distance in mm
Shall be suitable for highest voltage for very heavy pollution (e) as per IEC 60815-1
11 Static withstand voltage Bidder to specify
12 Type of Output Complying to IEC 61850-9-2LE
13 Rated primary current 2000A
14 Rated continuous thermal current
15 Rated phase offset (or) 0°
16 Rated wake-up time none
17 Bandwidth for Protection application
2.4 kHz at 80 samples/cycle
18 Degree of Protection IP66
19 Primary Terminal Aluminium or Copper
20 Operating Temperature -40 Deg C to + 55 Deg C.
21 Optical connectors Bidder to specify .
22 Fiber connection type Bidder to specify
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 32 of 45
23
Conformal coating provided for G3 environmental classification as per ISA 71.04 -1985
Yes
24 Type test report submitted? Yes
25 Any additional feature Bidder to specify
26 Catalogue furnished? Yes
27 Height Bidder to specify
It shall have minimum height as per clause 5.4.3, Table-1 of IEC 61936-1 which is suitable for 245kV, 460kV, 1050kv system
28 Weight Bidder to specify
13.2 ANALOG MERGING UNIT WITH ALL REQUIRED ACCESSORIES
Sr. No. Description Buyer Requirement Data to be filled by Bidder
Remarks
1 Name of Manufacturer (Make/Type) Bidder to specify
2 Auxiliary supply voltage 0-220V DC
3 Output IEC 61850-9-2LE Sampled values
4 Support for protection and measurement applications Yes
5 Continuous monitoring of operation through MMS protocol
Yes
6 Use of virtual LAN and priority tag (802.1Q) Yes
7 Network redundancy PRP (IEC 62439-3) Yes
8 Optical Ports 100 BASE-FX with LC connector for multimode fibre
Bidder to specify
9 Time synchronization IRIG-B, IEEE 1588 v2 or PTP or 1 PPS or IRIG-B
10 Minimum PPS synchronization Ports Bidder to specify
11 Optical ports Bidder to specify
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 33 of 45
12 IEC 61850-9-2LE compliant Output port Minimum 2
13 Station Bus IEC 61850.8-1 compliant RJ45 or LC port.
Minimum 2
14 Minimum analog inputs for current and voltage
3 currents inputs and 3 voltage inputs
15 Ability of Synchronization of output signals values Yes
16 Redundant Optical Ethernet output Yes
17 LED Indication for Healthiness Yes
18 Points/ cycle for Protection application 80
19 Points/ cycle for Metering application 256
20 Samples / Packages for Protection application Bidder to specify
21 Samples / Packages for metering application Bidder to specify
22 Packages per cycles for Protection application Bidder to specify
23 Packages per cycles for metering application Bidder to specify
24 Number of Binary Inputs and binary output Bidder to specify
25 Degree of Protection IP66
26 Number of independent measuring points (configurable)
Bidder to specify
27 Maximum delay time Bidder to specify
28
Auxiliary contacts for internal failure (Hardware and software), Self monitoring contacts
Alarm NO or NC type
29 Power Consumption Bidder to specify
30
Conformal coating provided for GX environmental classification as per ISA 71.04 -1985
Yes
31 Type test report submitted? Yes
32 Are make, type and catalogue furnished? Yes
33 Dimensions Bidder to specify
34 Weight Bidder to specify
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 34 of 45
13.3 NUMERICAL MERGING UNIT WITH ALL REQUIRED ACCESSORIES
Sr. No. Description Buyer Requirement Data to be filled by Bidder
Remarks
1 Name of Manufacturer (Make/Type) Bidder to specify
2 Auxiliary supply voltage 0-220V DC
3 Output IEC 61850-9-2LE Sampled values
4 Support for protection and measurement applications Yes
5 Continuous monitoring of operation through MMS protocol
Yes
6 Use of virtual LAN and priority tag (802.1Q) Yes
7 Network redundancy PRP (IEC 62439-3) Yes
8 Optical Ports 100 BASE-FX with LC connector for multimode fibre
Bidder to specify
9 Time synchronization IRIG-B, IEEE 1588 v2 or PTP or 1 PPS or IRIG-B
10 Minimum PPS synchronization Ports Bidder to specify
11 Optical ports Bidder to specify
12 Process bus IEC 61850-9-2LE compliant Output port Minimum 2
13 Station Bus IEC 61850.8-1 compliant RJ45 or LC port
Minimum 2
14 Minimum digital current inputs 3 digital currents inputs
15 Ability of Synchronization of output signals values Yes
16 Redundant Optical Ethernet output Yes
17 Functioning with simultaneous 4 digital current inputs
Yes
18 LED Indication for Healthiness Yes
19 Points/ cycle for Protection application 80
20 Points/ cycle for Metering 256
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 35 of 45
application
21 Samples / Packages for Protection application Bidder to specify
22 Samples / Packages for metering application Bidder to specify
23 Packages per cycles for Protection application Bidder to specify
24 Packages per cycles for metering application Bidder to specify
25 Number of binary Inputs and output Bidder to specify
26 Degree of Protection IP66
27 Number of independent measuring points (configurable)
Bidder to specify
28 Rated delay time Bidder to specify
29
Auxiliary contacts for internal failure (Hardware and software), Self monitoring contacts
Alarm NO or NC type
30 Power Consumption Bidder to specify
31
Conformal coating provided for G3 environmental classification as per ISA 71.04 -1985
Yes
32 Type test report submitted? Yes
33 Catalogue furnished? Yes
34 Dimensions Bidder to specify
35 Weight Bidder to specify
13.4 IEC 61850-9-2LE COMPLIANT DIFFERENTIAL PROTECTION RELAY
Sr. No. Description Buyer Requirement Data to be filled by Bidder
Remarks
1 Name of manufacturer (Make/type) Bidder to specify
2 Reference Standard IEC 61850-9-2LE / IEC 60255 / IS 3231
3 Auxiliary supply Voltage (Dual Redundant) 0-220V DC
4 Protection Function a) Differential protection with phase-segregated
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 36 of 45
measurement b) Auto - reclosure Single /
Three pole
5 Mounting Flush
6 Measuring current input
Digital current input in sampled value format as per IEC 61850-9-2LE for 2 x 3 numbers of line currents
7.1 Number of Digital Input (DI) 10 Nos
7.2 Number of Digital Output (DO)
Minimum ten (10) Nos + Self monitoring contact
8 Protection Functions
8.1 Differential Protection
8.1.1 No. of protection stages Two (2) a) Restrained b) Unrestrained
8.1.2 Availability of Inrush restraint and cable charging current compensation
Yes
8.1.3 Harmonic blocking features provided to avoid tripping during Line charging
Yes
8.1.4 Pick up range for second harmonic (2nd harmonic ) current
Bidder to specify
8.1.5 Is harmonic blocking settable? Bidder to specify
8.1.6 Provide setting range for harmonic blocking Bidder to specify
8.1.8 Differential protection works with different CT ratio Yes
9 Disturbance records / Events / Fault records
9.1 Triggering of disturbance records
a) On Pick of any protection
function b) Digital input c) Digital Output d) Relay logic
9.2 Disturbance record duration Minimum 2 Seconds
9.3 Number of disturbance records
Minimum eight (8) records of 2 Seconds duration each
9.4 Number of event records Minimum five hundred (500) time tagged events
9.5 Number of fault records Minimum twenty five (25)
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 37 of 45
9.6 Viewing methods
It shall be possible to view through front HMI (display) of device and through software
9.7 Extraction method Extraction via front port with laptop and rear port from remote PC
10 Ingress protection IP51
11 Hardware diagnostics Continuous, Self diagnostics
12 Temperature 0-50 0C
13
Data cable and other accessories for communication with laptop
a. Front port for communication to laptop shall necessarily be USB port b. In case of any other type of interface is provided, supplier shall provide necessary hardware (Converter) to make port connectivity suitable for purchaser’s laptop with USB ports. c. Length of data cable for communication with laptop shall be of minimum four (4) m length.
14 Communication protocol of relay
IEC 61850 8-1 Station Bus and IEC 61850-9-2LE Process Bus
15 IEC 61850-9-2LE Process bus ports
Minimum Dual redundant, Optical
16 IEC 61850 8-1 Station bus ports Dual redundant
19 GOOSE communication On IEC 61850-8-1
17 Requirement of special tool for working on relay terminal Yes / No
18 Requirement of special crimping tool Yes / No
19 Time Synchronization IEEE 1588 or PTP or 1 PPS or IRIG-B
20 Licensed software for relay configuration provided? Yes
21
Up-gradation of AEML existing relay test kits considered in scope of service?
Yes / No
22
Conformal coating provided for GX environmental classification as per ISA 71.04 -1985
Yes
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 38 of 45
23 Are catalogue of relay furnished? Yes / No
24 Type test report submitted? Yes / No
25 Dimension (W X H X L) Bidder to specify
27 Weight Bidder to specify
13.6 GLOBAL POSITIONING SYSTEM (GPS) & ACCESSORIES
Sr. No. Description AEML Requirement
Data to be filled by Bidder
Remarks
1 Name of Manufacturer (Make/Type) Bidder to specify
2 Auxiliary supply voltage (Dual redundant)
0-220V DC
3 Reference Standards IEEE 1588 v2 4 Number of Ethernet port Minimum 3 ports
5 IEEE precision time protocol port (PTP) Minimum two (2)
6 Precision time protocol accuracy Bidder to specify
7 NTP/SNTP ports Bidder to specify
8
Electrical Outputs (IRIG-B004, IRIG-E, NTP, PPx, DFC77) with Screw / BNC terminal
Bidder to specify
9 Open collector outputs IRIG-B004, PPx, DFC77) Bidder to specify
10 Fibre optic outputs Bidder to specify 11 Type of Antenna Bidder to specify
12 Cable (Minimum distance to be considered between antenna to GPS receiver)
100 meter
13
Remote unit / Signal booster (Minimum distance between to be considered between antenna to GPS receiver)
Bidder to provide as per actual distance between antenna and GPS receiver
.
14 GPS Auxiliary power consumption Bidder to specify
15 GPS receiver 15.1 Frequency L1 (1575.42 MHz) 15.2 Code C/A
15.3 Channel Minimum 8 Nos of continuous tracking receiver, 32 corelators
15.4 Timing Accuracy of 1 PPS output ± 95ns UTC / USNO
16 Acquisition time
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 39 of 45
16.1 Cold start Less than 160 sec 16.2 Warm start Less than 45 sec 16.3 Hot start Less than 20 sec
17 Protection Short circuit protection Feed line fault detection
18 Memory / RTC Battery 18.1 Type Lithium. 3.5V
18.2 Life
a. 15000 Hrs with power OFF. b. Self life 10 years when powered
19 Time coded generator
19.1 Programmable pulse outputs Bidder to specify
19.2 Pulses per second 1 No 19.3 Pulse Outputs PFC and PC types 19.4 Connectors BNC / Phoenix connector
19.5 Signal type 0-220V DC, 150mA (PFC) 0-5V DC, 150 mA (PC)
19.6 Relay type Solid state relay 19.7 Potential free contacts 5 Nos 20 Serial Output
20.1 RS 232 1 No – DOY & Time (Connector 9 pin D female)
20.2 RS 422 1 No – Connector Phoenix
21 Display
21.1 Time display LED, 7 Segment 0.5’’, 9 digits. DOY HH MM SS
21.2 Data Display
a. 4 X 20 Alphanumeric b. Date & IST c. Receiver & clock status d. Position – Latitude, Longitude
21.3 Status LED
a. Size min 5mm b. Indication- GPS locked, GPS failed, RTC, NTP, Power
21.4 Key pad
Keys for accessing setup menu, display functions and other menus provided in equipment
22 Mechanical
22.1 Enclosure 19’’ rack mountable (2U Height)
22.2 Size ( L X B X H) Bidder to specify
22.3 Compliance IP 54 (GPS / Clock) IP 66 (Antenna)
23 PPx support Bidder to specify 24 Other pulse modes Bidder to specify
25 Amplitude modulated output (IRIG-B124)
Bidder to specify
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 40 of 45
26 Serial port Bidder to specify 27 Daylight saving time rules Bidder to specify
28 GPS antenna cable delay compensation
Bidder to specify
29 Web browser configuration Bidder to specify
30 Status monitoring over SNMP
Bidder to specify
31 Dual Redundant power supply Yes
32 Hardware Diagnostic Self diagnostic potential free alarm contact
33 Dry contact relay output Yes
34
Other accessories like GPS antenna, cable, 20kA lightning arrester, optical transceiver and required converter provided?
Yes
35
Conformal coating provided for Gx environmental classification as per ISA 71.04 -1985
Yes
36 Are m catalogue of relay furnished? Yes / No
37
Cable & conduit conduit for laying above mentioned cables. a. Cable for connecting antenna to GPS b. Cable connecting GPS output to Merging (both analog and numerical) Units c. Cable connecting GPS to Ethernet switch d. Steel reinforced
Yes
38 Type test report submitted? Yes / No 39 Dimension Bidder to specify 40 Weight Bidder to specify
13.7 IEC 61850-9-2LE Compliant Ethernet Switch with all required accessories
Sr. No. Description Buyer Requirement Data to be
filled by Bidder Remarks
1 Name of Manufacturer (Make/Type) Bidder to specify
2 Auxiliary supply voltage (Dual redundant) 0-220V DC
3 Transmission Speed 1 Gbps
4 Suitable for Process Bus application? Yes
5 Internal NTP Server available Yes
6 Time Synchronization IEEE 1588 PTP or 1 PPS or IRIG-B
7 Number of Time synchronization port 1
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 41 of 45
8 Number of copper Ethernet port Bidder to specify 9 Number of optical Ethernet port Bidder to specify
10 IEC 61850-8-1 Station Bus Port Minimum two (2) nos
11 IEC 61859-9-2LE Process bus ports
Minimum four (4) nos
Port type shall match with relay, analog and numerical merging units.
12 Cyber secure configuration and management available Yes
13 Hot swap of interface possible? Yes / No
14 Is required to configure switch for interface hot swap? Yes / No
15 Optical Ethernet interface Bidder to specify 16 Copper Ethernet interface Bidder to specify
17 Auto negotiation and automatic crossover detection possible Yes / No
18 Feasibility of setting as Boundary clock? Yes / No
19 Feasibility of setting as Transparent clock? Yes / No
20 EMC Protection Yes
21 Redundant aux power supply Yes
22 Packets verification before forwarding Yes / No
23 Is remote monitoring possible? Yes / No
24 Interface to laptop for switch configuration USB or RJ45
25 Self monitoring contact for Alarm (hardware and software) Yes
26 Alarm contact operating voltage 0-220V DC
27 Mounting
19’’ rack mounted or DIN rail mounted or front/rear interface
28 Conformal coating provided for GX environmental classification as per ISA 71.04 -1985
Yes
29 Are catalogue of relay furnished? Yes / No
30 Type test report submitted? Yes / No 31 Dimension Bidder to specify
13.9 SIMPLEX PANEL
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 42 of 45
Sr. No. Description Buyer Requirement Data to be filled by Bidder
Remarks
1 Name of manufacturer (Make / Type)
Bidder to specify
2 Reference Standard Bidder to specify
3 Construction
3.1 Degree of protection IP 54
3.2 Sheet metal thickness in mm Bidder to specify
4.0
Base channel frame, floor channel sill, vibration damping pad and kick plates complete with holding down bolts and nuts furnished?
Bidder to specify
5 Equipment mounting
5.1 All relays, lamps and switches are flush / semi-flush mounted?
Bidder to specify
5.2 Relays furnished in draw-out cases with built-in test facilities?
Bidder to specify
6 Nameplate
6.1 Material Bidder to specify
6.2 Thickness Bidder to specify
6.3 Size for
6.3.1 Equipments Bidder to specify
6.3.2 Panels Bidder to specify
7 Internal illumination
7.1 Rated voltage (V) 0-230V AC
7.2 Power rating (W) Bidder to specify
7.3 Door switch controlled? Yes
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 43 of 45
8 Space heater
8.1 Rated voltage (V) 0-230V AC
8.2 Power rating (W) Bidder to specify
8.3 Thermostat Controlled? Yes
8.4 Thermostat with adjustable setting
Yes
9 Plug Socket
9.1 Type Bidder to specify
9.2 Rating Bidder to specify
10
Panel illumination, space heater & plug socket circuits provided with individual switch fuse units?
Yes
11 Isolating MCB units provided for AC / DC Aux Supply
Yes
11.1 Incoming DC supply 0-220V DC
11.2 Incoming AC supply 0-230V AC
12 Internal Wiring
12.1 Wire type 1.5 Sqmm for Control Wiring 2.5 Sqmm for CT wiring (if any)
12.2 Voltage grade 1100V
12.3 Conductor material Multi stranded Copper
13 Terminal block
13.1 Make Bidder to specify
13.2 Type a. Stud type for control wiring b. Disconnecting type for CT wiring
13.3 Reference Standard Bidder to specify
13.4 20% Spare terminal furnished?
Yes
14 Ground Bus
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 44 of 45
14.1 Materials Copper
14.2 Size (mm) 50 x 6 mm
15 Painting
15.1 Type of finish Bidder to specify
15.2 Color Shade – Inside / Outside
RAL 7032
15.3 Details of painting procedure furnished?
Yes
16 Indication Lamps
16.1 Make Bidder to specify
16.2 Type Bidder to specify
16.3 Reference Standard Bidder to specify
16.4 Rating
16.4.1 Rated Voltage (V) Bidder to specify
16.4.2 Power Rating (Watt) Bidder to specify
16.4.3 Series resistance (Ohm) Bidder to specify
16.5 Size of lens (mm) Bidder to specify
16.6 Diffuser Provided? Yes / No
17 MCB
17.1 Make Bidder to specify
17.2 Type Bidder to specify
17.3 Reference Standard Bidder to specify
17.4 Rupturing capacity kA rms (sym)
Bidder to specify
18 Cable Entry From Bottom
Project –Chembur 2nd Feed Doc No:TD-SP-220KVOCT-RP-350-R0
Page 45 of 45
14. ANNEXURE 1
Proposed Protection Scheme for 220kV Hybrid Transmission Line
Top Related