Beruflich Dokumente
Kultur Dokumente
APPD
National Grid SA
CHKD
DESCRIPTION
REVISIONS
APPENDIX-I TO PTS-15WN120
DEPT
PREP. BY: AF
APPROVED
AL-FYHA 110/13.8KV SUBSTATION
BY: JF
DATE: 4/5/2015
ATTACHEMENT I TELECOMMUNICATION
ATTACHEMENT II SPARE PARTS&TEST EQUIPMENT
CERTIFIED
BY: SSA
DATE: 4/5/2015
THIS DOCUMENT IS
NOT TO BE USED FOR
CONSTRUCTION OR
FOR ORDERING
MATERIALS UNTIL
CERTIFIED AND DATED
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 1
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
TABLE OF CONTENTS
CHKD
DESCRIPTION
1. INTRODUCTION
PREP. BY: AF
DATE: 4/5/2015
APPROVED
BY: JF
DATE: 4/5/2015
CERTIFIED
BY: SSA
DATE: 4/5/2015
THIS DOCUMENT IS
NOT TO BE USED FOR
CONSTRUCTION OR
FOR ORDERING
MATERIALS UNTIL
CERTIFIED AND DATED
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 2
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
CHKD
1. INTRODUCTION
This Appendix XI to the PTS-15WN120 and other related Appendices/Attachments covers the Substation
Automation System (SAS) requirements for FYHA Substation. The CONTRACTOR shall design, procure (from
DESCRIPTION
an approved equipment manufacturer) deliver to the site, install, inspect, test (at the manufacturers factory and
at site) and commission a complete and fully operational Substation Automation System (SAS) on a full turnkey
basis at FYHA Substation. The Substation Automation System which is proposed shall be from a
manufacturer/systems integrator who must have designed, manufactured, tested, installed and commissioned
the Substation Automation System(s). The Substation Automation System must be in satisfactory operation on
380 kV electric power systems within 2 (two) years from bid opening date. Also the CONTRACTOR shall
provide for all site specific requirements for the SAS as indicated in the main PTS-15WN120. CONTRACTOR
NO.
REVISIONS should note that the COMPANY will not be responsible for any missing items pertaining to SAS for the
substations.
DEPT
The Substation Automation System (SAS) shall be installed to control and monitor all the substation equipment
connected to the SAS from the remote control center (Power Control Center/SCADA Master Stations) as well
PREP. BY: AF
DATE: 4/5/2015 through local means within the substation (e.g. Bay Oriented Local Control with Mimic, Local HMI contained in
the Control IED and Station HMI).
The Substation Automation System (SAS) comprises full station and bay protection as well as control,
monitoring and communication functions and provides all functions required for the safe and reliable operation
of the substation.
APPROVED
It shall enable local station control via a PC by means of a human machine interface (HMI) and control software
BY: JF
package, which shall contain an extensive range of Supervisory Control and Data Acquisition (SCADA)
functions. It shall include Communications Gateway, station bus, inter-bay bus, time synchronization system
DATE: 4/5/2015
and intelligent electronic devices (IEDs) for bay control & protection.
Refer to the Single-Line Diagram for the overall Substation configurations FYHA Substation. The SAS will
cover the Substation Automation requirements for the substations and the voltage levels indicated in Section
1.1 of this Appendix I to PTS-15WN1060.
In order to meet the requirements of the latest COMPANY Transmission Engineering Standards TES-P 107-01
CERTIFIED
BY: SSA
Rev0 & TES-P 107-02, the detailed design of the SAS is within the manufacturers/CONTRACTOR's
responsibility but subject to approval by the COMPANY
DATE: 4/5/2015
1.1 Brief Summary of SAS requirements specifically for each substation covered under this PTS
The Monitoring, Control and Protection of the substation shall be based on the latest COMPANY
Transmission Engineering Standard TES-P-107.01 and TES-P-107-02 for Substation Automation
System. It shall cover all the voltage levels of FYHA Substation along with its remote ends.
THIS DOCUMENT IS
NOT TO BE USED FOR
1.2 General Requirements
CONSTRUCTION OR
FOR ORDERING
MATERIALS UNTIL At the site, SAS supplier/CONTRACTOR shall interact with the other CONTRACTORs regarding the
CERTIFIED AND DATED
required interfaces. These interfaces may include the interaction of the SAS with the switchgear and
other hardware (PTs, CTs, etc.), the SAS with the control functions of the substation, the SAS with the
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 3
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
protection functions of the substation, other SAS monitoring functions which may
include SCADA
CHKD
related data acquisition functions conventionally performed by a SCADA RTU, SOE (Sequence of
Events) monitoring functions as well as other functions.
1.3.1 In the cases where the CONTRACTOR has a direct affiliation with a SAS equipment
supplier/system integrator which is part of the same corporation as the CONTRACTORs
corporation, the CONTRACTOR shall be fully responsible for ALL aspects of SAS
supply/manufacture, engineering, installation, testing/commissioning and SAS system
integration activities as part of this PTS.
REVISIONS
SUBCONTRACTOR, the CONTRACTOR as part of his overall contractual obligations shall be
fully responsible for all aspects of SAS supply/manufacture, engineering, installation,
testing/commissioning and SAS system integration activities as part of this PTS.
DEPT 1.3.3 Only SAS CONTRACTORS/SAS SUBCONTRACTORS approved by the COMPANY will be
PREP. BY: AF
utilized for ALL portions of the SAS activities which will include SAS supply/manufacture,
DATE: 4/5/2015
engineering of the SAS, working with the main Substation CONTRACTOR in interfacing with
external switchgear, working with others to complete the Communications interfacing between
the SAS and external Communication/WAN/LAN equipment, installation, testing/commissioning,
SAS Integration activities, and all other requirements related to SAS.
1.3.4 As part of the Bid Submittal, the Substation CONTRACTOR shall submit his overall SAS
Subcontracting plan which again identifies the SAS CONTRACTOR(S)/SAS
APPROVED SUBCONTRACTOR(S) that he is planning to use, responsibilities/interfaces between the main
Substation CONTRACTOR and the SAS CONTRACTOR(S)/SAS SUBCONTRACTOR(S) as it
pertains to SAS and requirements as it pertains to compliance with the latest COMPANY
BY: JF
1.4 Use of SAS equipment from the COMPANY approved SAS equipment listing
For major SAS equipment items which are identified as part of the COMPANY approved SAS
equipment list (e.g. Control IEDs, Protection IEDs, Ethernet switches, computers, software, etc.) only
COMPANY approved SAS equipment items shall be utilized by the CONTRACTOR. All the major SAS
CERTIFIED equipment are subject to COMPANY approval initially during review of the CONTRACTORs technical
proposal and final approval during the base design stage of the project.
BY: SSA
DATE: 4/5/2015 1.5 Vendors/CONTRACTOR's experience and Bid Proposal for the SAS
1.5.1 Only COMPANY approved manufacturers of control and protection systems for electricity
transmission and distribution applications will be accepted. Preferred manufacturers will be
those who have experience in deliveries of the full scope of station automation systems (SAS)
and services. This experience has to be substantiated by means of reference installations
having been in service under similar environmental conditions for at least 2 years.
1.5.2 The CONTRACTOR shall design the Substation Automation System as per SAS-Standards
THIS DOCUMENT IS
NOT TO BE USED FOR like, TES-P 107-01 Rev0 & TES-P 107-02 Rev0 along with the PTS. Moreover, the groups of
CONSTRUCTION
FOR
OR
ORDERING the control and protections IEDs shall be kept separate at EHV and HV levels.
MATERIALS UNTIL
CERTIFIED AND DATED
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 4
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
1.5.3 The contractor shall be sole responsible, for all the configuration needed, to the spare feeders,
CHKD
if any expansion project is launched during warranty period and no extra cost, in any way, shall
be demanded.
1.5.4 Optical fiber Management: Spare fiber cores shall be provided at each level, but all cores
should be tagged, arranged, and terminated in a proper way and should not be left hanging
inside panels.
DESCRIPTION
1.5.5 Licenses for all equipment (like, HMI, Gateway, Stations/front end servers, third party
equipment, IED, Ethernet Switches, craft terminal and etc. shall be provided.
1.5.6 20% ports in each Ethernet switch shall be provided as a spare for future maintenance use.
1.5.7 The weather station shall be included in the substations as part of the SCADA/SAS equipment
NO.
REVISIONS
and shall be connected to SAS for data exchange with master station.
1.5.8 The selector switch sequence of the LOER (LOCAL / OFF / EMERGENCY / REMOTE)
sequence (as mentioned in SAS-Standard, TES-P 107-01 Rev0) shall be OELR (OFF /
DEPT EMERGENCY / REMOTE / LOCAL) sequence to avoid false alarm.
PREP. BY: AF
DATE: 4/5/2015
1.5.9 For single equipment in a field experience of at least 2 years is requested.
1.5.10 The PDM (Partial Discharge Monitoring) system shall be integrated with SAS. The PDM's
signals /alarm/status at different stages should be displayed in SAS. 38TMSS07 Rev0 can be
referred for further detail.
1.5.11 The DTS (Distributed Temperature Sensing) system shall be integrated with SAS. The DTS's
APPROVED signals /alarm/status at different stages should be displayed in SAS. 11TMSS06 Rev0 can be
referred for further detail.
BY: JF
DATE: 4/5/2015 1.5.12 The CONTRACTOR shall provide minimum six (6) channels of IEC-101 and four (4) channels
or even more, of IEC-104 links for communication to control centers/LDC.
1.5.13 The COMPANY standard TES-P-107-04 Rev0, for HMI of the SAS shall be adhered/followed.
1.5.14 The COMPANY standard TCS-P-107.03, Rev0, for Factory Acceptance Testing (FAT) for
Substation Automation System (SAS) shall be adhered/followed.
CERTIFIED
1.5.15 In order to assess the vendors/CONTRACTOR's experience with the enquiry, as well for the
BY: SSA
COMPANY to evaluate the vendor's/CONTRACTOR's bid for the SAS, during the bidding stage
DATE: 4/5/2015 of the Project, the vendor/CONTRACTOR shall submit a Bid Proposal for the SAS. As part of
the vendor's/CONTRACTOR's Bid Proposal, the vendor/CONTRACTOR is required to present
the following:
Technical design specification and description of the SAS
Catalogues and brochures of the equipment and devices offered
Reference list
Clause-by-Clause compliance statement (including any CONTRACTOR
deviations/exceptions) to TES-P-107.01.
THIS DOCUMENT IS Listing of equipment manufacturer's recommended operating spare parts for two years
NOT TO BE USED FOR
CONSTRUCTION OR
operation of the SAS, and a compliance statement to Appendix V of this PTS as it relates
FOR
MATERIALS
ORDERING
UNTIL
to SAS Spare Parts.
CERTIFIED AND DATED
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 5
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
software which is needed to operate and maintain the SAS. The special tools and test
equipment shall be of industrial grade.
Proposed Software Upgrade and Software Maintenance Agreement.
Vendor's/CONTRACTOR's SAS preliminary training plan and proposal for SAS Training
identified in Attachment 3.1 and 3.2 to Appendix-X of the main PTS.
DESCRIPTION
Statement of the Preliminary Expected Availability for the Substation Control functionality
of the SAS
Definition on how the offered SAS Architecture meets the Availability requirements
SAS Block/Schematic Diagram
Identification of each critical non-redundant SAS equipment item
MTBF Figures for each critical non-redundant SAS equipment item
CONTRACTOR's proposal for supply of AC Power to SAS equipment requiring the supply
NO.
of AC Power.
3
REVISIONS
Vendor's/CONTRACTOR's proposed redundant networks scheme for the SAS, including
the proposed communications architecture showing all communications/WAN
interconnection details.
DEPT
General SAS architecture details.
Narrative of Bay Interlocking, Station Interlocking and Double Operation Interlocking
PREP. BY: AF
scenario, as well as a narrative of the interrelationships between the software/GOOSE
interlocking scheme and the hard-wired interlocking scheme.
DATE: 4/5/2015
Dual ACTIVE Communications Port Scheme for ALL IEDs and confirmation of compliance
to IEC 62439-3 (PRP-1) for the dual ACTIVE Communications Port Scheme for all IEDs.
The hardware and software of the PC/SERVER (EWS/GW/FE/HMI etc.) shall be of
industrial grade/type and latest generation.
All kind of software of the SAS along with operating system shall be of latest model
APPROVED (64bits or higher).
CONTRACTORs proposal for SAS Contractor(s)/SAS Subcontractor(s), as well as main
BY: JF
Substation CONTRACTOR details pertaining to his SAS Subcontracting Plan.
DATE: 4/5/2015 Any other information which the COMPANY may require the vendor/CONTRACTOR to
provide during the Bidding Phase of the Project pertaining to the SAS
Preliminary Outage estimate required as part of a SAS Upgrade/Reconfiguration
Data Schedule as applicable (for SAS equipment such as UPS, RTU, etc.)
Preliminary list of materials.
DATE: 4/5/2015 1.6.1.1 As part of the SAS design for each substation; there shall be the full capability to provide
Dynamic System Monitor (DSM) functions for the substation. DSM data shall be capable
of being transmitted to the DSM Master Station (ex. DigSilent) through the COMPANY
Data Communication Network using TCP/IP.
1.6.1.2 For the substation DSM functions, the SAS shall emulate the functional features of the
COMPANY DSM Unit that is based on COMPANY Standard 38-TMSS-06, Revision 0. If
the integrated DSM function as part of SAS is not able to fully comply with the
THIS DOCUMENT IS
COMPANY Standard requirements then the CONTRACTOR shall provide a
NOT TO BE USED FOR
CONSTRUCTION OR
separate/standalone DSM system meeting the COMPANY Standard requirements. The
FOR ORDERING specifications for the separate/stand-alone DSM RTU unit are indicated in Sections 1.6.2
MATERIALS UNTIL
CERTIFIED AND DATED and Sections 1.6.3 of Appendix XIV of the PTS.
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 6
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
Revision 0 shall be implemented as part of the SAS DSM functions for the substation.
The CONTRACTOR shall provide and install new standalone Dynamic System Monitor, DSM, (DSM
functionality in TFR system is not acceptable) which shall include but not limited to the following:
1.6.2.1 Provide and install new DSM compliant to COMPANY Standard 38-TMSS-06, Rev 0.
1.6.2.2 Provide clause-by clause compliance statement to this scope of work and COMPANY
Standard 38-TMSS-06, Rev 0.
1.6.2.3 Provide spare parts equivalent to 20% of offered modules and parts.
NO.
REVISIONS 1.6.2.4 Provide spare points equivalent to 20% of installed input/ output points.
1.6.2.5 Provide licensed Software for the DSM Operation programs and Configuration tools.
1.6.2.6 Provide all cables and parts necessary for installation and connectivity.
1.6.2.7 Provide LAN/WAN interface and perform the interconnection from the DSM Unit to the
DEPT LAN/WAN equipment in the Substation Communication room, required for
PREP. BY: AF
communication with DSM Master Station.
DATE: 4/5/2015 1.6.2.8 Provide Modem and connection to the communication interface at the Substation
Communication room for dial up connection from the DSM Unit to the DSM Master
Station.
1.6.2.9 Conduct DSM Operations and Maintenance Training.
1.6.2.10 Implement the DSM point requirements at the substations in accordance with in
COMPANY Standard 38-TMSS-06.
1.6.2.11 Prepare DSM Input signal interface drawings and I/O Tabulation Sheets consisting of I/O
APPROVED
point assignments and the corresponding terminal Block assignments in DSM.
BY: JF
1.6.2.12 Submit the I/O Tabulation Sheets as a hard Copy and as a soft Copy.
1.6.2.13 CONTRACTOR s required to participate in pre-bid site survey and clarification with
DATE: 4/5/2015
COMPANY operational site personnel on the type of existing DSM equipment,
expandability, availability of installation spaces and spare terminations and terminal
blocks, voltage sources, and related technical data necessary for him to bid, design, and
install the DSM equipment.
1.6.2.14 Prepare procedures and conduct installation check-out and performance testing in
coordination with Company Representatives which shall include, but not be limited to the
following:
CERTIFIED
a. DSM Factory Test: A Factory Test shall be conducted and shall be witnessed by
COMPANY Representative at the Suppliers factory
BY: SSA
DATE: 4/5/2015 b. DSM RTU Functional Testing: Consist of testing all DSM input cards and
controllers in conjunction with the simulator after installation at site.
c. DSM System Pre-Commissioning: Verification of proper operation and termination
of all DSM Input signals. This requires simulated triggering of all DSM input points
and checking that they are properly displayed in the simulator.
d. DSM System Final Commissioning: Consist of end-to-end test of all DSM Signals
to show that they can be monitored from the DSM Master Station.
e. All FAT, SAT and Commissioning test plan, procedure and data forms shall be
THIS DOCUMENT IS
prepared by CONTRACTOR subject to approval by Company before implementation.
NOT TO BE USED FOR
CONSTRUCTION OR
FOR ORDERING 1.6.3 Dynamic System Monitor (DSM) Material/Equipment Technical Specification
MATERIALS UNTIL
CERTIFIED AND DATED
1.6.3.1 Major Components
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 7
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
REVISIONS
b. The system will be located in air conditioned Control Room with ambient temperature
of 60F to 75F. The system shall remain operational during loss of air conditioning
for extended periods of time.
1.6.3.3 Communication Interface and Other Technical Conditions
a. Connect the DSM to the GPS Clock receiver for time synchronization.
DEPT
PREP. BY: AF b. For each new installed DSM Unit, provide and install a total Solid State Hard Disk
DATE: 4/5/2015
for maximum reliability with no maintenance required.
c. For the life of the DSM, all expansions and upgrades necessary should be
compatible, and should require little or no modification to the DSM software and
hardware.
d. The DSM RTU shall be able to communicate with the DSM Master Station through
Dial-Up modem and LAN/WAN System.
APPROVED
e. The DSM RTU shall be able to communicate with the simulator through USB or
network cable for any maintenance and configuration requirements.
BY: JF
DATE: 4/5/2015
1.6.3.4 Technical Requirements in addition to Company Standard 38-TMSS-06:
a. DSM shall conform to industry standards and operate from the Substation
Redundant DC Source.
b. Provisions for back-up power during power interruption
c. Analog inputs to DSM from secondary sides of CTs should withstand severe fault
currents (of up to 40 times nominal for 1 second and 2 times nominal continuously).
The secondary of CTs & PTs should not be directly connected to the DSM RTUs
CERTIFIED
rather through transducers.
d. The DSM RTU shall be capable of receiving clock synch signal from Master Station
BY: SSA in case of GPS clock failure. In addition, once the failure is cleared out, the clock
should be automatically synchronized with the GPS.
e. In all new DSM RTUs provided, each RTU shall be enough to house the required
DATE: 4/5/2015
points plus 20% of the required points as spare/ready to use points. These points
shall be connected to the marshaling, configured in the RTU and tested by the
simulator.
f. The DSM software shall have capability to operate under the Latest PC
Software/technology.
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 8
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
c.
All internal wiring shall be terminated with no more than two wires to one terminal
CHKD
block point and only on one side of a terminal block to allow customers field
termination on the other side of the block.
b. Two terminals for each input. Sliding link or knife type terminals such as Phoenix
MTK-P/P or equivalent shall be supplied. In addition, ground fault isolation switches
for every 16 inputs shall be provided.
c. All terminal blocks shall be sized for appropriate wire gauge size, suitable for #16 to
#20 AWG for field contact wiring, and larger for internal power wiring as required.
d. All terminals and terminal blocks shall be clearly identified; matching the
Manufacturers
NO.
e. Interconnecting drawing.
3
REVISIONS
1.6.4 In addition to the external SCADA Master Station(s) identified in the Standard TES-P-
107.01, the Substation shall also be connected to Distribution Control Center (for
providing the SCADA functionality of SAS).
DEPT
3. Substation Automation System (SAS) Scope of Work at Remote Substations (NOT REQUIRED)
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 9
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
2.1.5Points lists for the SCADA shall be established by CONTRACTOR using one
CHKD
line diagrams provided in the main SOW/TS and applicable tables of points, other
guideline provided in the SEC standard TES-P-119.27 Rev.01, Supervisory Control
and Data Acquisition. Finalization of all point lists shall be done during base design
stage subject to approval of COMPANY.
2.1.6The SAS upgrade/modifications/additions provided by the CONTRACTOR shall
be designed and configured in a manner such that, outage time shall be minimized
to the maximum extent possible. The section 13.35 above shall also be applicable as
DESCRIPTION
STANDARDS
BY: SSA
TCS-P-107.03 Rev 00 Factory Acceptance Testing for Substation Automation System - FAT
DATE: 4/5/2015 TCS-P-107.04 Rev 00 Substation Automation System Human Machine Interface General View
TCS-P-107.01 Rev 00 Preparation of SCADA system Point list for verification
TES-P-108.02 Rev. 00 Point List for Sequence Of Event Recorder for Transmission Substation with
Substation Automation System (SAS)
38-TMSS-06 Rev. 00 DYNAMIC SYSTEM MONITOR
47-TMSS-01 Rev. 00 Ruggedized Industrial Ethernet Switch for Substation Automation System (SAS)
THIS DOCUMENT IS
NOT TO BE USED FOR
CONSTRUCTION OR
FOR ORDERING
MATERIALS UNTIL **** END OF APPENDIX-XIV ****
CERTIFIED AND DATED
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 10
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
CHKD
DESCRIPTION
NO.
REVISIONS
DEPT
APPENDIX I
PREP. BY: AF
DATE: 4/5/2015
ATTACHMENT I
TELCOMMUNICATION REQUIREMENTS FOR ALFYHA 110/13.8KV
APPROVED
SUBSTATION
BY: JF
DATE: 4/5/2015
CERTIFIED
BY: SSA
DATE: 4/5/2015
THIS DOCUMENT IS
NOT TO BE USED FOR
CONSTRUCTION OR
FOR ORDERING
MATERIALS UNTIL
CERTIFIED AND DATED
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 11
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
1.1 INTRODUCTION:-
This section specifies the requirements with regard to SCADA, RTU, Modem, voice /
data Telecommunication, Telephone and Tele-protection equipment needed for the
DESCRIPTION
new S/S call ALFYHA 110/13.8KV S/S. BIDDER shall propose the spare parts for
two years and necessary tools & test equipment required for maintenance.
The scope of work shall include, but not limited to, full data collection, design,
manufacture, factory testing, transportation, supply, delivery, installation,
NO.
REVISIONS
2. TECHNICAL REQUIREMENTS:-
DEPT
A. The provided Tele-protection Signaling Equipment is required to operate with
PREP. BY: AF eight trip commands equipped with 64 kb/sec, ITU-T G703 interface; to interface
DATE: 4/5/2015
with the DVM (Data & Voice Multiplexer) to be provided.
B. Scope of Work calls for the provision of SDH STM-1 Fiber Optic Terminal
Equipment with 63 (1+1) (VC 12) tributaries all terminated and wired up to DDF
as well as DVMs. The intent is to establish a communication route for the data,
APPROVED
telephones, and PSE using these equipment as well as existing Telecom
BY: JF
Equipment/Network in the region. A provision of upgrading the STM-1 equipment
DATE: 4/5/2015
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 12
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
G. If Contractors proposed DVM/DXC is not compatible with the existing NMS at
CHKD
of E1 connection between any pair of DVMs shall not affect the WRCC/EWRCC
3
REVISIONS
NMS access to any other DVM/DXC.
I. All Fiber Optic Equipment to be provided should be traceable to existing (P.R.C)
DEPT Primary Reference Clock (quality ITU-T G3.811).
PREP. BY: AF
J. For communicating with master stations WRCC, EWRCC, and DMS; provide:
DATE: 4/5/2015
APPROVED
module).
BY: JF
Two IEC 60870-5-101 channels for EWRCC (each channel in a separate
DATE: 4/5/2015 module).
Two IEC 60870-5-101 channels for DMS MAKKAH (each channel in a
separate module).
K. Two DC-DC Converters with -48 VDC output, switched mode type, modular
CERTIFIED
design, free standing, working in parallel on the equal current sharing basis
complete with proper cabinets, LV cabling, DCDBs etc. The connection between
BY: SSA
DATE: 4/5/2015
the two DC-DC Converters shall be arranged through proper couplers in such a
way that it shall be possible to take any one of them out of service for in-place
maintenance, checking and repair while the other one being in full operation and
completely separate from each other.
L. The provided DC-DC converters shall be supplied from substation main and
standby battery, the Contractor shall connect the input of the provided DC-DC
THIS DOCUMENT IS
NOT TO BE USED FOR
CONSTRUCTION OR converters to substation DC Distribution Board(s) through two (2) separate
FOR ORDERING
MATERIALS UNTIL
CERTIFIED AND DATED connections/cabling from the provided equipment up to DC distribution board of
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 13
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
converter shall have its own physically separate connection and MCB's.
M. The DC-DC converter shall be equipped with at least three (2) output terminals
for the connection of two external DC-Distribution panels.
DESCRIPTION
N. The contractor shall supply two panels for DC distribution panels (with cabling
and wiring) equipped with not less 30 proper MCB's.
O. The required DC/DC Converters under this project shall convert from 125VDC (or
the existing available station DC system) to 48VDC according to SEC
NO.
REVISIONS
redundant (1+1) DC/DC converters (125V DC / 48 V DC). Sizing Calculations of
each DC/DC Converter shall consider the maximum power consumption of all
DEPT telecom equipment provided under this project (SDH, DXC, DVM, LAN/WAN,
PREP. BY: AF
RFTS, ...etc) plus 50% for future equipment at maximum ambient temperature and
DATE: 4/5/2015
DATE: 4/5/2015
IEC608070-5-104 channels (input/output end-to-end test) is to be carried out if
LDC front-end processor is not ready.
Q. Each New HV Substation shall have the following common telecom equipment:
SDH/PDH cabinet (ETSI RACK 30 CM*60CM*220CM) equipped with one
SDH equipment + one DXC equipment.
CERTIFIED
SDH equipment shall have number of STM-1 directions sufficient for all HV
BY: SSA
feeders (Considering one STM-1 link (4 Fiber 1+1 MSP + SNCP) for each
DATE: 4/5/2015
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 14
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
X. Each New/existing HV Substation shall have the following DVM equipment Per each
CHKD
Y. Each New/existing HV Substation shall have the following PSE/MC equipment Per
REVISIONS
each direction (single power feeders):
PSE cabinet (W 80 CM* D 60CM*H 220CM) to house the PSE equipment.
DEPT
MC cabinet (W 80 CM* D 60CM*H 220CM) to house the MC equipment (if
PREP. BY: AF
DATE: 4/5/2015 there is no existing MC cabinet at the communication room with available
space to house the new MC equipment).
PSE & MC equipment shall be fed from the station 125 V DC System.
PSE cabinets shall be installed at the control room.
APPROVED MC cabinets shall be installed at the communication room.
BY: JF
DATE: 4/5/2015
3. ALFYHA 110/13.8KV S/S SCOPE OF WORK REQUIREMENTS:-
3.1 Provide EIGHT (8) Tele-protection signaling equipment, to serve the requirement of
Distance Protection, Directional Earth Fault and Breaker Failure protection,
Four (4) TPS shall work towards MAKKAH POWER STATION
CERTIFIED
Four (4) TPS shall work towards RASIFAH S/S
BY: SSA
DATE: 4/5/2015 3.2 Provide SDH (STM1) Fiber Optic Equipment with two optical Aggregate working in
(1+1) configuration. The Fiber Optic Equipment shall be working in two directions,
one is MAKKAH POWER STATION direction and the second is RISAFAH S/S
direction.
3.3 Provide FOUR (4) Primary Multiplexers, each equipped with 30 channels ,
THIS DOCUMENT IS
NOT TO BE USED FOR
CONSTRUCTION
FOR
OR
ORDERING Two (2) MUX shall work towards MAKKAH POWER STATION.
MATERIALS UNTIL
CERTIFIED AND DATED Two (2) MUX shall work towards RASIFAH S/S.
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 15
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
The alarms of communication ( MUX ,T.P.S &F.O.E,,,,) shall be connected to SAS
CHKD
system.
Modules requirements are as follows:-
6 channels two wire foreign exchange subscriber ends.
10 channels 64 kb /sec ITU-T G703 data channel interface.
8 channels low speed V.24/ V.28 (EIA RS-232) data channel unit.
DESCRIPTION
REVISIONS
contractor up to WRCC/EWRCC/DMS MAKKAH via F.O.E.
Any software or hardware required to complete data routes at remote
DEPT
ends should be considered as part of scope of work.
PREP. BY: AF
DATE: 4/5/2015
3.5 Establish two remote subscribers from the exchange in MAKKAH LDC and Provide
(8) eight in-door telephone sets. In addition, telephone sockets are to be provided in
each S/S room including basement.
3.6 Provide stand-alone Main Distribution Frame to terminate all multiplexer channels
APPROVED
and subscribers.
BY: JF
3.7 All miscellaneous material, equipment and services to complete the work.
DATE: 4/5/2015
4.1 Provide Four (4) Tele-protection signaling equipment, to serve the requirement of
CERTIFIED Distance Protection, Directional Earth Fault and Breaker Failure protection, the Four
BY: SSA (4) TPS shall work towards ALFYHA110/13.8KV S/S.
DATE: 4/5/2015
4.2 Provide SDH (STM1) Fiber Optic Equipment with two optical Aggregate working in
(1+1) configuration. The Fiber Optic Equipment shall be working towards AL FYHA
110/13.8KV S/S.
THIS DOCUMENT IS 4.3 Provide Two (2) Primary Multiplexers, each equipped with 30 channels , the two(2)
NOT TO BE USED FOR
CONSTRUCTION OR
FOR ORDERING MUX shall work towards ALFYHA 110/13.8KV S/S.
MATERIALS UNTIL
CERTIFIED AND DATED
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 16
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
RTU/SAS system.
Modules requirements are as follows:-
6 channels two wire foreign exchange subscriber ends.
DESCRIPTION
REVISIONS
5. RASIFAH S/S SCOPE OF WORK REQUIREMENTS:-
DEPT
5.1 Provide Four (4) Tele-protection signaling equipment, to serve the requirement of
PREP. BY: AF
DATE: 4/5/2015
Distance Protection, Directional Earth Fault and Breaker Failure protection, the Four
(4) TPS shall work towards AL FYHA110/13.8KV S/S.
5.2 Provide SDH (STM1) Fiber Optic Equipment with two optical Aggregate working in
APPROVED
(1+1) configuration. The Fiber Optic Equipment shall be working towards AL FYHA
BY: JF
110/13.8KV S/S.
DATE: 4/5/2015 5.3 Provide Two (2) Primary Multiplexers, each equipped with 30 channels, the two(2)
MUX shall work towards AL FYHA 110/13.8KV S/S.
The alarms of communication ( MUX ,T.P.S &F.O.E,,,,) shall be connected to
RTU/SAS system.
CERTIFIED
Modules requirements are as follows:-
6 channels two wire foreign exchange subscriber ends.
BY: SSA
DATE: 4/5/2015
10 channels 64 kb /sec ITU-T G703 data channel interface.
8 channels low speed V.24/ V.28 (EIA RS-232) data channel unit.
6 channel 4 wire E&M.
5.4 All miscellaneous material, equipment and services to complete the work.
THIS DOCUMENT IS
5. WRCC/EWRCC/DMS SCOPE OF WORK:
NOT TO BE USED FOR
CONSTRUCTION OR
FOR
MATERIALS
ORDERING
UNTIL
BIDDER shall be held responsible to carry out End to End Testing i.e. (closed loop
CERTIFIED AND DATED
test) of all signals of ALFYHA 110/13.8KV S/S as well as new alarms in MAKKAH
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 17
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
CERT.
APPD
National Grid SA
POWER STATION & RASIFAH S/S for T.P.S , S.D.H & MUX , in addition he has
CHKD
to prepare and submit test sheets to all parties who shall participate in the test.
BIDDER has to submit module data sheets to SEC for data base entry three months
prior commencement of point to point testing.
DESCRIPTION
6. LAN/WAN REQUIREMENT
For LAN/WAN equipment requirements, as a minimum, the CONTRACTOR shall
provide, install, test and commission the following equipment and establish
interconnections to existing COMPANY data communication network to provide
NO.
REVISIONS
6.1 One (1) Customer Edge Router (Juniper SRX-550 or approved equal) at
ALFYHA S/S Communication room and interconnect this Multi-VRF CE Router
DEPT through one (1) E1 connection to the existing P/PE Equipment at MAKKAH LDC
PREP. BY: AF
. The CONTRACTOR supplied and installed Multi-VRF CE Router shall be
DATE: 4/5/2015
equipped with: minimum four (4) Gigabit Ethernet Ports (1000Base-T), 64MB
Flash Memory, 512MB DRAM, Two (2) E1 (2.048Mbps) ports with integrated
CSU/DSU, 48 VDC Power Supply and the latest version of JUNOS software.
6.2 One (1) LAN Switch (Juniper EX3200-48T or approved equal) at ALFYHA S/S
APPROVED
Communication room Communication room and interconnect the LAN Switch with
BY: JF
DATE: 4/5/2015
the co-located Multi-VRF CE Router. The LAN Switch supplied and installed by
the CONTRACTOR shall be equipped with: minimum 48 Ethernet
10/100/1000Base-T Ports, 4-port GbE SFP uplink module together with two
1000Base-SX and two 100Base-FX pluggable SFP optics, 48 VDC Power Supply
and the latest version of JUNOS software.
CERTIFIED
The CONTRACTOR shall supply and perform all the cabling / interconnections /
BY: SSA
terminations and equipment configurations (including any changes required in the
DATE: 4/5/2015
existing P/PE equipment) to provide for a fully functional and operational Multi-
VRF CE at ALFYHA S/S .
7. SPARE PARTS
Spare Parts to be provided by contractor as per Attachment II.
8. TEST EQUIPMENT
THIS DOCUMENT IS
NOT TO BE USED FOR
CONSTRUCTION OR
Test Equipment to be provided by contractor as per Attachment II.
FOR ORDERING
MATERIALS UNTIL
CERTIFIED AND DATED
End of Scope of Work
DRAWING CONTROL SHEET PLANT NO. INDEX DOCUMENT NO. PAGE NO. REV.
SUBSTATION AUTOMATION SYSTEM (SAS) SOW/TS
FOR ALFYHA 110/13.8KV SUBSTATION
JOB ORDER NO. APPENDIX-I TO PTS-15WN120 18
WOA SAUDI ARABIA NG0321 A PTS-15WN120 OF 0
18
ATT- 2.1
OPERATIONAL SPARE PARTS
(A) (B)
ITEM ITEM DESCRIPTION MFR MFR PART
NO. NAME NUMBER SEC MFR. REC. QTY
REQ. (FOR 10 YRS
QTY OPERATION)
1 Filter Capacitor
2 AC Input Circuit Breaker
3 DC Output Circuit Breaker
4 Diodes
5 Fuses
6. Filters
7. DC Ammeter
8. AC Ammeter 10% OF OFFERED MODULES AS SPARES
9. Bleeder Resistors
10. DC Surge Suppressor
11. AC Surge Suppressor
12. Control module
13. Capacitors
14. Lamp indicators
15. Alarm Relays
NOTE:
Spare parts/items listed are minimum requirement. Bidder may add items/spare
parts which are recommended by the manufacturer.
14
ATT-2.2
COMMUNICATION SYSTEM OPERATIONAL SPARE PARTS
MANUFACTURER: TYPE:
YEAR OF MFR:
(A) (B)
ITEM ITEM DESCRIPTION MFR MFR PART
NO. NAME NUMBER SEC REQ. MFR. REC. QTY
QTY (FOR 10 YRS
OPERATION)
One Laptop for parameterization&
configuration
15
ATT 2.3
COMMUNICATION SYSTEM OPERATIONAL SPARE PARTS
MANUFACTURER:
TYPE/MODEL : YEAR OF MFR __
(A) (B)
ITEM ITEM DESCRIPTION MFR NAME MFR PART
NO. NUMBER SEC MFR. REC. QTY
REQ. (FOR 10 YRS
QTY OPERATION)
1. 2M Aggregate Input & Output Card
2. Processor & Control Unit
3. Supervisory Unit Card
4. Line Card, FXO (Exchange)
5. Line Card, FXS (Subscriber) 10% OF OFFERED MODULES AS SPARES
6. Analog Card (4-Wire, E & M)
7. Data Interface, 64kbps, G.703
8. Data Interface, RS232/V.24/V.28
9. IEEE 37.94C Optical Interface **
10. Cross-connect Central Unit
11. Cross-connect Port Unit (n x E1)
12. Power Supply Board
10% OF OFFERED MODULES AS
SPARES OR MINIMUM ONE (1) CARD
FOR EACH MODULE/TYPE
16
ATT 2.4
Substation Automation System Spare Parts
ATT 2.5
SPECIAL TOOLS AND TEST EQUIPMENT
17
ATT 2.6
SPECIAL TOOLS AND TEST EQUIPMENT
ATT 2.7
SPECIAL TOOLS AND TEST EQUIPMENT
18