POWER DISTRIBUTION COMPANY LTD (APDCL) BIJULEE BHAWAN,PALTANBAZAR, -781 001 CIN: U40109AS2003SGC007242

BID DOCUMENT

No APDCL/CGM(PP&D)/RAPDRP/RT-DAS/2019/02

Supply, Installation, Testing & Commissioning of Hardware & Software for implementing “Real Time Data Acquisition System (RT-DAS)” covering 33/11kv Substations of 92 (87+5) RAPDRP & IPDS Non- SCADA towns in Assam

Assam Power Distribution Company Limited, 6th Floor, Bijulee Bhawan, Paltanbazar, Guwahati Assam 781001 e-mail: [email protected], [email protected]

NOTICE INVITING TENDER

NIT No. APDCL/CGM(PP&D)/RAPDRP/RT-DAS/2019/02/501 Date: 29-07-2019

The Chief General Manager (PP&D), APDCL on behalf of Assam Power Distribution Company Ltd hereby invites responses from experienced and financially sound firm(s) for “Supply, Installation, Testing & Commissioning of Hardware & Software for implementing ‘Real Time Data Acquisition System (RT-DAS)’ covering 33/11kv Substations of 92 (87+5) RAPDRP & IPDS Non-SCADA towns in Assam” . The bid document(s) including changes if any in the Bid Schedule, corrigendum etc. shall be notified on the APDCL website. www.apdcl.org or www.assamtenders.gov.in or both NIT EMD Estimated SCOPE OF WORK No. (in Rs) Cost

Supply, Installation, Testing & Commissioning of Hardware & Software for implementing “Real Time Data Acquisition System (RT- DAS)” covering 33/11kv Substations of 92 (87+5) RAPDRP & IPDS Non-SCADA towns in Assam ₹ ₹ 10 Lakhs ₹ 475 lakhs₹ 475

DAS/2019/02 APDCL/CGM(PP&D)/RAPDRP/RT-

Mode of Tender: E-Tendering (Online) Part I, Techno Commercial Bid and Part-II Price Bid) through the website assamtenders.gov.in Sl Description Date Time No. i Issuance of NIT(in web portal and newspaper) 29-07-2019 17:00 Hrs

ii Start of Downloading of Bid Document 29-07-2019 18:00 Hrs iii Pre-Bid Meeting 09-08-2019 11:30 Hrs

iv Start date of submission of Bid Documents 23-08-2019 11:00 Hrs

v Close of submission of bid Document 30-08-2019 14:00 Hrs

vi Techno-Commercial Bid Opening 31-08-2019 14:00 Hrs

Short listing of technical bids and opening of part- II (price Will be intimated to the firms on vii Bid) their E-mail

1. The Tender Documents fee (Rs. 10,000/- Non-refundable) is to be paid through Demand Draft (DD)/ Banker’s Cheque in favour of APDCL on or before the date and time of pre-bid meeting.

2. The Pre-Bid meeting shall be held at Bijulee Bhawan, Paltan bazar, Guwahati, Assam. The bidders may attend the same personally or, through their authorized representatives. The prospective bidders shall attend the pre-bid meeting (date and time in NIT) for any queries. The discussed queries shall be submitted in the form of a letter during pre-bid meeting. Any new queries received after pre-bid meeting are not liable to be considered by APDCL

2

3. Part -I of the e-tender against the above Tender Notice shall be opened in RAPDRP CELL ,Office of the CGM (PP&D), APDCL, Bijulee Bhawan, Paltanbazar, Guwahati-1 as per schedule above.

4. The bidders shall upload the coloured scanned copy of the DD / Banker’s Cheque of the requisite amount towards Tender Document Fees (Non-refundable) and the EMD (Bid Security Deposit) in the form of DD / Bank Guarantee as given above with coloured scanned copies of duly signed Bid Data sheets as notified while submitting their bids online. The bidder shall have to submit the original DD / Banker’s cheque towards Tender Documents Fees and the EMD (Bid Security Deposit) in the form of DD / Bank Guarantee in the office of Chief General Manager (PP&D), APDCL, Assam on or before the last date and time of ‘Close of Submission of Bid Document’, failing which their bid will not be considered and will be rejected straight away.

5. The CGM(PP&D), APDCL reserves the right to reject one or all of the tenders received without assigning any reasons thereof.

6. The tender documents having detailed terms and conditions can be downloaded from the website assamtenders.gov.in from 29-07-2019, 18:00 Hrs onwards. Contractors are requested to get themselves registered with the said website for submitting their bids online; they would also be required to posess a “Digital Certificate’ for participating in the tender online. For tender related queries, Shri Nirmaljeet Das, GM/ Nodal Officer,R-APDRP Cell, APDCL may be contacted over Mobile No. +91 9435114066.

The bidders shall deposit one set of duly stamped & signed hard copies of the Bid Forms and other necessary documents as specified in the bid on or before the last date date and time of submission of bid. The Price bid is to be submitted on-line only. The Price bid in hand / paper form shall not be accepted / entertained.

7. Corrigendum if any would be published online on the website www.apdcl.org. or www.assamtenders.gov.in or both. 8. The bidder has to compulsorily register themselves in the Contractor Management System (CMS) portal of APDCL before issuing of LoI/LoA. 9. The bidders have to provide a list of the projects completed/under implementation by them in the last five financial years.

10. Address/E-mail id : O/o. Chief General Manager (PP&D) Bijulee Bhawan, Paltanbazar, Guwahati-781 001. [email protected], [email protected]

Sd/

Chief General Manager (PP&D), APDCL Bijulee Bhawan, Paltan Bazar, Guwahati-01

3

SECTION-I GENERAL TERMS AND CONDITIONS

4

SECTION-I GENERAL TERMS AND CONDITIONS A. INTRODUCTION

1. Definitions

In this Contract, the following terms will be interpreted as indicated:

(a) "The Contract" means the agreement entered into between the Purchaser and the Supplier, as recorded in the contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) "The Contract Price" means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

(c) "The Materials/equipment" means all of the equipment, machinery, and/or other materials which the Supplier is required to supply to the Purchaser under the Contract.

(d) "The Services" means those services ancillary to the supply of the Materials / equipment, such as transportation and insurance, and any other incidental Services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Supplier covered under the Contract.

(e) "GCC" means the General Terms and Conditions of Contract contained in the section.

(f) "The Purchaser" means the organization purchasing the Materials / equipment.

(g) Vendor is a supplier who has registered with the purchaser for supply of materials/equipment.

(h) "The Supplier" means the firm supplying the Materials / equipment and Services under this Contract.

(i) "Day" means calendar day.

2. Applicability of General Terms and Conditions of APDCL

Unless otherwise explicitly stated in the General Terms and Conditions of this bid document, the GENERAL CONDITIONS OF SUPPLY AND ERECTION of APDCL shall prevail.

3(a) Standards

The Materials / equipment supplied under this Contract will conform to the Standards mentioned in the Technical specifications, and, when no applicable standard is mentioned, the authoritative standards appropriate to the Materials / equipment' i.e., BIS, such standards will be the latest. All material will be of the best class and will be capable of satisfactory operation under tropical conditions without distortion or deterioration.

3(b) Interchangeability:

All similar materials and removable parts of similar equipment will be interchangeable with each other. A specific confirmation of this should be furnished in the bid.

4. Scope of Work:

Supply, Installation, Testing & Commissioning of Hardware & Software for RT-DAS for determination of Reliability Indices : SAIDI/SAIFI (as detailed in Section-II of this document) in all 33/11kv Substations of 87+5 =92 Nos of RAPDRP & IPDS Non-SCADA towns in APDCL. The Sub-stations (in a towns) shall be covered in as phased manner,

5

entire list at Annexure-I . The number of substations which should optimally be covered in a specific phase would be informed along with the Letter of Award to be issued to the successful bidder.

(i) The project envisages supply and installation of FRTU, MFTs, CMRs, modem/router and other associated hardware & software in all the urban area (R-ARPRP and IPDS towns), excluding R-APDRP SCADA towns, along with provisioning of GPRS (3G/4G) network connectivity and integration with central RT-DAS SAIFI/SAIDI system at Data Centre so that existing IT infrastructure can be leveraged to a maximum extent. The bidder has to recommend the GPRS ( 3G /4G) bandwidth Service provider for each of the sub-stations under the scope of the contract and submit detailed report to APDCL for procurement of SIM cards.

(ii) The RT-DAS system so designed should be SCALABLE to include the rest of the Sub-Stations of Assam (not limited to 118 under current scope) as and when APDCL decides to include them.

(iii) All reports generated should be in common format and inter-operable with the current RAPDRP IT Systems.

(iv) SAIFI /SAIDI system will be installed at APDCL data centre established under R- ADPRP, Part-A scheme at 6th Mile ASEB Campus, Guwahati . Data acquisition from substation shall be done from FRTU installed at S/S

(v) The scope also covers preparation of Feeder, Town, S/s, DISCOM & State wise SAIFI /SAIDI reports. RT-DAS application in non-SCADA towns shall be integrated with applications at centralized Data centre of APDCL wherever relevant and should therefore be designed in such a way to ease transfer of relevant data between existing RAPDRP IT System and vice versa.

(vi) The scheme covers 354 feeders of 118 substations in 92 non-SCADA towns under RAPDRP & IPDS in Assam.

(vii) The feeder data shall be stored and made available for analysis, generation of exception report and export to third party system etc. System shall also be accessible on Internet and information dissemination would be primarily through a web site designed on responsive technologies for facilitating access through Internet. A web application with users and role based facility shall be made available to various end users through Internet

(viii) All the hardware & software supplied under the RT-DAS project would include 5 years’ warranty after the operational acceptance of equipment at Data centre /Go Live of FRTU at S/S. The five-year warranty shall include comprehensive OEM on-site warranty for all components (H/W and Software including OS) supplied including reloading and reconfiguration of all Software and device drivers/patches etc. if required. All the required licenses shall be procured in the name of APDCL.

(ix) The implementation agency shall Operate & Maintain the entire system for a period of 5 years after implementation phase (Go-Live) under FMS support services and per criteria defined in the bid document . However APDCL reserves the right to discontinue availing FMS support at any time before or during the FMS period by issuing a 1(one) month notice.FMS charges shall be paid to the contractor till the last day of the month upto which the FMS services/support were availed

(x) All Software Licenses supplied for all systems commissioned under the RT-DAS project should be perpetual, for unlimited users and unlimited time.

6

(xi) The detailed scope of work and technical specification of RT-DAS is at Section-II at Model Technical Specification (MTS).

5. Eligibility Conditions, Project Schedule and other details:

5.1. This Invitation for Bids, issued by APDCL is open to all firms (fulfilling the qualifying criterion mentioned herein) including company (ies), Government owned Enterprises registered and incorporated in India as per Companies Act, 1956/2013, barring those bidders with whom business is banned by the APDCL.

5.2 . Bids may be submitted by qualified individual firm or consortium of firms as given below:

a) A single firm that on its own meets all the qualifying criteria as mentioned in the clause ‘k’ and ‘l’

b) The bidder must be a private/public Company registered under Companies Act 1956 / 2013 proprietary firm / partnership firm that on its own meets all the qualifying criteria and has successfully completed projects related to this bid as specified in the scope of work-‘Technical Requirements’

c) A consortium (“Bidding Consortium”) can be defined as association of two or more firms (maximum 4(Four)) provided that one of the members of the consortium shall be nominated as being in-charge (the “Lead Member”) and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the members. Hence, the consortium shall be represented to APDCL by the Lead member. However, the Bidding Consortium can have maximum 4 (Four) members. The bidders (In case of consortium, all consortium members) should have registered operational offices in India

d) The Bidders, directly or indirectly shall not be a dependent agency of APDCL.

e) The Bidder shall be wholly responsible for execution of the contract.

f) In case of non-performance (slippage in milestones, scope & quality of work, discipline, etc. as assessed by APDCL) and/or bankruptcy of any of the partners, the lead bidder shall take necessary remedial action through addition/change of partner for the concerned role. The addition/change of partner for concerned role shall be with necessary prior approval of APDCL and shall be at no additional cost to the already agreed after of bidding for the project, failing which the next milestone payment, if applicable, will be held up. The addition/change of partner for concerned role shall be required to meet the Qualifying Criteria as detailed in the Qualifying Criteria and Document Checklist section.

g) Participation by a Bidder or Lead Member in more than one Bid will result in the disqualification of all Bids in which it is involved.

h) Sole bidder or any partner including lead bidder (In case of consortium) is not allowed to bid as partner of other bidder for the same bid.

i) Bidders willing to take part in the process of e-tendering are required to obtain Digital Signature Certificate (DSC) in the name of person who will sign the 7

tender, from any authorized Certifying Authority (CA) under CCA, Govt of India (viz. nCode Solution, Safescrypt, e-Mudhra etc.). DSC is given as a USB e-Token. j) Any bidder willing to take part in the bidding process will have to be enrolled & registered with the portal https://assamtenders.gov.in. k) MINIMUM TECHNICAL QUALIFICATIONS:

Bid shall be submitted by an individual firm or consortium of firms who shall meet the following Technical requirements:

(i) Should have manufactured, supplied and installed minimum 100 (One Hundred) nos. of Feeder Remote Terminal Unit (FRTU) for calculation of SAIDI/SAIFI by acquiring relevant data from status input devices of breakers or protection relays viz Fault relays ( O/C & E/F), Analog Data (P,Q,V,F,I) etc OR must have implemented and completed cumulative SCADA or Data Acquisition System (DAS) Projects with required hardware, software and other associated accessories. In either case the bidder must have commissioned a centralized ‘Data Centre’ based Application Software (Central Console for RT DAS or equivalent) in an Indian Power Distribution Utility in the last 7 (Seven) years (till previous to the date of publication of this BID DOCUMENT) and such project/(s) should have been operational for at least 1 (One) year after commissioning of the project/(s) (till previous to the date of publication of this BID DOCUMENT) during the last 7 (Seven) years.

(ii) The Bidder (All consortium members in case of a consortium) should be ISO 9001 OR minimum CMMI Level 3 certified. In addition, the Bidders should have e ISO 27001: 2013, ISO 14001 between them

(iii) The bidder should either be an OEM or an authorized implementation partner of OEM products proposed in the bid and should possess all the necessary authorizations of the OEM in order to supply, customize, implement and support their OEM solutions.

8

l) MINIMUM FINANCIAL QUALIFICATIONS.

Bid shall be submitted by an individual firm or consortium of firms who shall jointly meet the following financial requirements: (i) Net Worth of all the consortium members (including the Lead Bidder) for last three (3) audited financial years i.e. 2016-17, 2017-18 and 2018-19 (CA certified) should be positive. (ii) Minimum Average Turnover (CA certified) of any three consecutive financial years within the last 5 (five) financial years (2013-14, 2014-15, 2015-16, 2016-17, 2017-18) of the bidder should be at least ₹ 3.20 Crores (Rupees three crores and twenty lakhs only). In case of consortium bids, minimum 50% to be met by Lead Bidder and minimum 25% to be met by each consortium partner.

m) PROJECT SCHEDULE

The project implementation schedule shall not exceed 18 months from the date of issue of Letter of Award. Based upon this schedule the bidder shall submit a preliminary implementation plan along with the bid. The detail project implementation schedule shall be submitted by the contractor after award for employer’s approval, which shall include at least the following activities:

(a) Site Survey Documents submission and approval schedule (b) Factory & Site Testing Schedule (c) Database development schedule (d) Hardware purchase & Manufacturing, Software development & integration schedule (e) Despatch Schedule (f) Installation / commissioning schedule (g) Training schedule

5.3 Payment of Fees by Bidders/ Consortia

5.3.1 All cash payments shall be made in the form of Demand Draft in favour of “Assam Power Distribution Company Limited” payable at Guwahati drawn on any Nationalized bank or Scheduled bank of India.

5.3.2 All Bank Guarantees shall be provided by the Lead Consortium Member in the format prescribed .

5.3.3 Any Bid not accompanied by a substantially responsive Bid Security in accordance with relevant forms at Section-III shall be rejected by APDCL as non-responsive.

5.3.4 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the signing of the contract with the Project Implementing Consortium.

5.3.5 The Bid Security of the Project Implementing Consortium shall be returned as promptly as possible once the Project Implementing Consortium has furnished the required Performance Security and signed the contract with APDCL.

5.3.6 The Bid Security may be forfeited if: 9

i. A Bidder withdraws its Bid during the period of bid validity.

ii. The selected Bidder fails to:

a. sign the Contract; or b. furnish a Performance Guarantee in accordance with relevant clauses; or c. accept the corrections of its Bid Price. d. if the Bidder is found to have submitted false particulars/ fake documents; or e. if the Project Implementing Consortium refuses to execute the work at his agreed scope/quoted rates, after APDCL issues the Letter of Award; f. incidents of manipulation of rates by cartelization.

5.3.7 The cost of all stamp duties payable for executing the BID DOCUMENT, Bid Documents or Project shall be borne by the relevant Lead Consortium Member.

5.3.8 No interest shall be paid to the Bidder on any amount submitted to APDCL, whether to be returned or not.

5.3.9 Deposition of Fees by the bidders as Bid document cost or EMD may be subject to any procedural changes in the bidding portal. In case of any such developments, the same will be communicated by APDCL in the bidding portal as well as APDCL portal.

5.4 Bidders to inform itself fully

5.4.1 The Bidder shall make independent enquiry and satisfy itself with respect to all the required information, inputs, conditions (including site conditions) and circumstances and factors that may have any effect on its Bid. Once the Bidder has submitted the Bid, the Bidder shall be deemed to have examined the laws and regulations in force in India, the grid conditions, and fixed its price taking into account all such relevant conditions and also the risks, contingencies and other circumstances which may influence or affect the supply of power. Accordingly, the Bidder acknowledges that, on being selected as Successful Bidder, it shall not be relieved from any of its obligations under the BID DOCUMENT Documents nor shall be entitled to any extension of time for commencement of supply or financial compensation for any reason whatsoever.

5.4.2 The Bidders should particularly acquaint themselves with the technical requirements of APDCL’s systems, operations, assets, equipment, statutory codes and standards.

5.4.3 The Bidder shall familiarize itself with the procedures and time frames required to obtain all Consents, Clearances and Permits required for implementation of the Project. APDCL shall have no liability to obtain any of the Consents, Clearances and Permits required for setting up the Project other than those covered under APDCL’s conventional business.

5.5 Compliance

5.5.1 Any Consortium Member, Company, or its Subsidiary or its Affiliates shall participate as a Member of not more than one Consortium or as a sole Bidder. No Consortium Member, Company, its Subsidiary or its Affiliates shall, directly or indirectly, become a party to submission of more than one Bid.

10

5.5.2 Notwithstanding anything stated above, APDCL reserves the right to verify the authenticity of the documents submitted for meeting the Eligibility Criteria and may request for any additional information/ documents. APDCL reserves the right at its sole discretion to contact the Bidder’s bank, lenders, financing institutions and any other persons as necessary to verify the Bidder’s information/documents for the purpose of qualification.

5.5.3 If at any stage of the bidding or Project execution process, any order/ ruling is found to have been passed in the last 1 (one) year preceding the Bid Submission Deadline by a competent Court of Law against or any appropriate Commission against any member of the Consortium or its Affiliates for its material breach of any contract, then Bids from such Bidders/consortium shall be liable to be rejected in totality. All Bidders shall confirm that no such order(s)/ ruling(s) have been passed by a competent Court of Law or an appropriate Commission against it or its Affiliates. In case of any such order/ ruling, it is the duty of the Bidder to inform APDCL for the same.

5.5.4 If the Bid Security from any Bidder is forfeited or lapsed either partly or wholly during the Bid process, then such Bidders and Consortia are liable for rejection.

5.5.5 Qualified Bidders and Project Implementing Consortium shall continue to maintain compliance with the Eligibility Criteria throughout the bidding process and Project Implementation Consortium, respectively as the case may be. Failure to comply with the aforesaid provisions shall make the Bid liable for rejection at any stage of the Project.

5.5.6 The Lead Consortium Member shall be the point of contact for the Consortium during the Bid process before award of the project to the Project Implementing Consortium, and APDCL shall communicate directly to the designated contact person appointed through the Power of Attorney. Settlement of any dispute amongst the Consortium Members shall not be the responsibility of APDCL, and APDCL shall not bear any liability whatsoever in this account.

5.5.7 The Bidder shall include in its bid details of all major items of supply or services that it proposes to purchase or sublet, and shall give details of the name and nationality of the proposed Sub-contractor, including vendors, for each of those items. Bidders are free to list more than one Sub-contractor against each item of the facilities.

5.5.8 APDCL reserves the right to remove any proposed sub-contractor of the Bidder prior to award of any work related to either the Bidding or Project, or during the work, without assigning any reason thereof.

5.6 Study of APDCL’s existing system

5.6.1 APDCL shall, if required, share certain information for the benefit of the prospective Bidders. The intention of sharing the data by APDCL is to share information about its existing resources to provide an approximate picture of the existing systems at APDCL only to provide a perspective of the Scope of Work.

5.6.2 All Bidders are advised to visit and examine the site where the facilities are to be installed and its surrounding and obtain for itself on its own responsibility 11

and cost all information that may necessary for preparing the Bid and entering into a contract for supply and installation of the facilities. The cost of visiting the site shall be at the bidder’s own expense.

5.6.3 The Bidder and any of its personnel or agents will be granted permission by APDCL to enter upon its premises and lands for the purpose of such inspection, but only upon the express condition that the bidder, its personnel and agents will release and indemnify APDCL and its personnel and agents from and against all liability in respect thereof and will be responsible for death or personal injury, loss of/or damage to property and any other loss, damage, costs and expenses incurred as a result of the inspection.

5.6.4 Bidders shall never publish /quote information gathered in this process, either in full or part. APDCL is entitled to claim compensation from any defaulting bidders.

B. THE BIDDING DOCUMENTS

6. Contents of Bidding Document:

6.1 The Materials / equipment required, bidding procedures, and contract terms are prescribed in the bidding documents as listed below:

1. Notice Inviting Bid 2. Technical Specifications 3. Schedule of Requirements (Delivery Schedule) 4. Bid Form and Price Schedules (online only) 5. Salient Features of the Bid 6. General Terms and Conditions of Contract 7. Qualification Requirements 8. Bid Security 9. Performance Security Form 10. Schedule of Deviations

6.2 The Bidder is expected to examine all instructions, forms, terms and Technical specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not responsive to the bidding documents in every respect will be at Bidder's risk and may result in the rejection of its bid.

7. Clarification of Bidding Documents

A prospective Bidder requiring any clarification of the bidding documents may notify the Purchaser in writing or by e-mail at the Purchaser's address or e-mail id respectively. The Purchaser may respond in writing to any request for clarification of the bidding documents, which it receives no later than fifteen (15) days prior to the deadline for the submission of bids. Written copies of Purchaser's response (including an explanation of the query but without identifying the source of inquiry) w i l l b e put on Website of the purchaser.

8. Amendment to Bidding Documents:

8.1 At any time prior to the deadline for submission of bids, the Purchaser, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment.

8.2 All such amendments also would be made available on the website of APDCL and e- procurement website and such amendments will be binding on the respective Bidders.

12

8.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids.

C. PREPARATION OF BIDS 9. Language of Bid:

The bid prepared by the Bidder including all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, will be in English. Any important technical document which otherwise was originally prepared in a foreign language must be translated to English and submitted.

10. Cost Associated with Bidding:

The Bidder will bear all costs associated with the preparation and submission of its bid, and the Purchaser, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

11. Documents Constituting the Bid:

11.1 The bid prepared by the Bidder will comprise the following components:

i. Bid Security ii. Bid Form iii Price Schedule (to be submitted online only) iv. Documentary evidence establishing in accordance with Clause No.18 that the Bidder is eligible to bid and is qualified to perform the contract if its bid is accepted. v. Tax clearance certificate vi. Schedule of Deviations (if any) (a) Commercial (b) Technical

Unless full details as required in the schedules are furnished the Bids will be liable for rejection.

12. Bid Form:

The Bidder will complete the Bid form and the appropriate Price Schedule (Price Schedule shall be submitted online only) furnished in the bidding documents, indicating the Materials/equipment to be supplied, a brief description of the Materials / equipment, quantity and prices.

The Financial Bid shall be submitted online only. No hard copy of the Financial Bid should be submitted.

13. Bid Prices:

a. All the prices would be quoted only in Indian Rupees (INR) currenc and the prices would be fixed during the currency of the contract and not subject to variation on any account. Unlesss otherwise indicated the prices quoted shall correspond to 100% of the services to be provided

b. Price bids are to be submitted ONLINE Only .

14. Taxes and Duties

13

14.1 For goods supplied from outside India, the Contractor shall be entirely responsible for all taxes, duties, stamp duties, license fees, and other such levies imposed outside India.

14.2 For goods supplied from within India, the Contractor shall be entirely responsible for all the taxes, duties, license fees, other levies/ cess etc, incurred until the complete implementation of the Solution for APDCL.

14.3 The cost of GST/VAT/CST as applicable shall be the liability of the Contractor i.e. the price quoted will be inclusive of GST/VAT/CST. The amount of GST/VAT/CST shall be deducted from the Contractor’s invoice and remittance to Tax Department will be made by APDCL under the TIN/GST number of APDCL. If any liability is raised by the Tax Department on account of GST/VAT/CST at a later date, the same shall be to the Contractor's account and accordingly recovery shall be made from the Contractor's pending bills/security deposit as available with APDCL. 14.4 The contractor shall provide a copy of all paid tax challans to APDCL for record.

14.5. Price quoted should clearly mention the basic cost, GST or any other taxes/duties. For any other taxes/duties pl. specify the nature and rate of tax with proof.

15. Statutory Variations Any variation up or down in statutory levy or new levies introduced after signing of the contract under this specification will be to the account of APDCL , However in cases where delivery schedule is not adhered to by the supplier and there is upward variation / revision after the agreed delivered date the supplier will bear the impact of such levies and if there is downward variation / revision, the APDCL will be given credit to that extent.

16. Bid Currencies: Prices shall be quoted in Indian Rupees; and will be paid in Indian Rupees Only.

17. Documents Establishing Bidder’s Eligibility and Qualifications

The Bidder shall furnish, as part of its bid, documents establishing the Bidder's eligibility to bid and its qualifications to perform the contract if its bid is accepted.

The documentary evidence of the Bidder's qualifications to perform the contract if its bid is accepted will establish to the Purchaser's satisfaction:

(a) That the Bidder has the financial, technical, and production capability necessary to perform the contract;

(b) That the Bidder meets the qualification criteria listed in SL 5 Eligibility Conditions and other details and details as mentioned in Section II (Technical Requirements). In addition the Bidder may furnish full particulars regarding supply of the material in question made so far to APDCL or any other reputed utilities during the last 5 years.

18. Documents Establishing Materials / equipment Conformity to Bidding Documents.

The Bidder shall furnish as part of its bid, documents establishing conformity to the bidding documents of all Materials / equipment and services, which the Bidder proposes to supply under the Contract.

The documentary evidence of conformity of the Materials / equipment and the services to bidding documents may be in the form of literature, drawings, and data, and will consist of:

(a) a detailed description of the essential technical and performance characteristics of the Materials /equipment; 14

(b) the bidder should specifically mention about furnishing the test certificates and a specimen form of test certificate should be furnished along with the bid.

(c) a list giving full particulars, including available sources and current prices of spare parts, special tools etc., necessary for the proper and continuing functioning of the Materials / equipment following commencement of the use of the Materials / equipment by the Purchaser; and

(d) an item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of the Materials / equipment and services to those specifications, or a statement of deviations and exceptions to the provisions of the Technical Specifications.

Bidder may note that standards for workmanship, material, and equipment, as well as references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications, are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand names, and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications.

19. Bid Security/Earnest Money Deposit 19.1 The Bidder shall submit the original copy of Bank Guarantee or Demand Draft/Banker’s Cheque in favour of ‘APDCL’. The scanned copy of the bid security should be uploaded ONLINE. In case of Demand Draft no interest whatsoever shall be paid by APDCL to the bidder on release on the Bid Security/EMD

19.3 Submission of BID SECURITY by way of cash, money order will not be accepted and will be considered as disqualification.

19.4 Payment of BID SECURITY may be waived at the discretion of the APDCL in the case of fully owned Government undertaking of the Central or State Government. Such undertakings should immediately apply and obtain exemption before submitting their Bids. They need only refer to the details of such exemption in their Bids. Exemption accorded by any organization other than APDCL will not be considered.

19.5 Requests for exemption from payment of BID SECURITY will not be entertained in any other case.

19.6 Any bid not secured as above will be rejected by the purchaser.

19.7 Unsuccessful Bidders' Bid Security will be discharged or returned as promptly as possible as but not later than thirty (30) days after the expiry of the period of bid validity prescribed by the Purchaser.

19.8 The successful Bidder's Bid Security will be discharged upon the Bidder signing the Contract and submission of Performance Bank Guarantee.

19.9 The Bid Security/EMD may be forfeited:

(a) If a Bidder:

i. Withdraws its bid or alters its prices during the period of bid validity specified by the Bidder on the Bid Form, or

ii. Does not accept the correction of errors pursuant to Clause No.30.2; or

iii. Offers post Bid rebates, revisions or deviations in quoted prices and / or conditions or any such offers which will give a benefit to the Bidder over others will not only be rejected 15

outright but the original Bid itself will get disqualified on this account and the Bidder’s BID SECURITY will be forfeited.

(b) In the case of a successful Bidder, if the Bidder fails:

i. To sign the contract in accordance with Clause No.38.

ii. To furnish performance security in accordance with Clause No.39.

19.10 In cases where the Bid Cover Contains superscription of having furnished Bid Security by way of DD/Bank Guarantee. But if the same is not found within, such Bids will be rejected and bidder will run the risk of being banned.

Note: The bidder shall furnish required Bid Security amount and validity as per specification. If the bidder fails to furnish bid security amount and bid validity as stipulated in the specification, such tender bid will not be considered for further evaluation.

20. Period of Validity of Bids.

20.1 Bids shall remain valid for the period of ninety (90) days from the date of bid opening prescribed by the Purchaser. A bid valid for a shorter period will be rejected.

The bidders should clearly super scribe on the sealed envelopes of the bids about the validity. Bids not containing superscription of validity will be rejected and returned unopened.

20.2 In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of the period of validity. The request and the responses there to will be made in writing (or by email). The Bid Security provided under Clause No.20 will also be suitably extended. A Bidder may refuse the request without forfeiting its Bid Security.

21. Tax Clearance Certificates:

Copies of Income Tax, Sales Tax and Turnover Tax certificates for the latest period from the appropriate authority will invariably be enclosed to the bid. In the case of proprietary or partnership firm it will be necessary to produce the certificate / certificates for the proprietor or proprietors and for each of the partners as the case may be. If the Bidder has already produced the certificate during the calendar year in which the bid is made, it will be sufficient, if particulars are given.

22. Service Conditions

22.1 The equipment / materials offered will be entirely satisfactory for operation under the climatic conditions indicated below: (a) Maximum ambient air temperature (in shade) 450 C (b) Maximum ambient air temperature (under sun) 500 C (c) Maximum daily average ambient air temperature 350 C (d) Maximum yearly average ambient air temperature 300 C (e) Maximum humidity 100% (f) Altitude above M.S.L. Up to 1000M (g) Average No. of thunder storm days per annum 50 (h) Average No. of dust storm days per annum Occasional (i) Average No. of rainy days / annum 90 (j) Average Annual Rain fall 925mm (k) Normal tropical monsoon period 4 months (l) Maximum wind pressure 150 kg/Sq.M.

22.2 Due consideration will be given to any special devices or attachments put forward by the Bidder which are calculated to enhance the general utility and the safe and efficient operation of the equipment / materials.

23. Format and Signing of Bid.

16

23.1 The Bidder shall prepare an original, clearly marking "ORIGINAL BID".

23.2 The original of the bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. The person or persons signing the bid will initial all pages of the bid, except for printed literature.

23.3 Any interlineations, erasures, or overwriting will be valid only if they are initialed by the person or persons signing the bid. 23.4 Price Quote is to be submitted online only. 23.5 Barring the price quote, a copy of all other documents are to be submitted

D. Submission of Bids

24. Submission of bids and other details.

24.1 The bidders are required to submit their bids ONLINE in two parts as under:

(i) Part-I (a) : Scanned Copy of Bid Security, Transaction Fee,. (b) : Scanned copy of documents : Technical Bid , t h i s shall contain full technical particulars and commercial terms and conditions but without prices. This should not contain any cost information whatsoever.

Part-II . (i) Price Bid – containing Price (shall be on-line only)

(ii) The Part-I of the tender should also be furnished in a sealed cover super scribing tender enquiry number, name of material, name of the bidder and date of tender opening along with the original medium of Bid Security/EMD and Tender Fee .

(iii) Part-I of the bid will be opened on the due date of tender opening.. The firms whose Bid Security /EMD and Tender Fee is not received as specified in the tender document, the price bids will not be opened and their bids will be rejected summarily.

(iv) The price bids of only those bidders whose technical bids, on examination, are determined to be technically and commercially acceptable and meeting the specified Qualification Criteria will be opened online at a later date.

24.2 The bids shall be in bound volumes (With the documents in the volume not detachable). All pages of the bid except in-amended printed literature shall be initiated by the person/persons signing the bid. The page number shall be referred in Index. All pages including literature, type test reports of the bid shall be numbered and the page numbers shall be continuous. Soft copy of the technical and commercial bids and designs with drawings shall be given in Floppy disc/ CD also. Summary sheet in the given format on the top of the bid duly signed and sealed by the bidder.

24.3 The time of actual receipt in the office only will count for the acceptance of the bid and either the date of bid, date stamp of post office or date stamp of any other office will not count. The APDCL will not be responsible for any postal or any other transit delays.

25. Deadline for Submission of Bids.

25.1 Bids together must be received by the Purchaser not later than the deadline for submission of bids specified in the Salient features of the Bid.

25.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

26. Late Bids

17

Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser will be rejected and returned unopened to the Bidder.

E. Opening and Evaluation of Bids

27. Opening of Bids by the Purchaser

27.1 The Purchaser will open all bids meeting above criteria, at the time, on the date, and at the place specified.

27.2 The Bidders' names, bid modifications or withdrawals, discounts, and the presence or absence of requisite Bid Security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening.

27.3 Bids that are not opened and read out at bid opening will not be considered further for evaluation, irrespective of the circumstances.

28. Clarification of Bids

During evaluation of the bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its, bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.

29. Preliminary Examination

29.1 The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

29.2 If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the nonconformity.

Note : Payment terms, Delivery period, Performance Bank Guarantee, Taxes and Duties” should be in line with the terms and conditions of the specification. If any bidder does not meet any one of the conditions, such tender will not be considered. Please note that the conditional offers are also not considered. Hence the bidder shall submit the tender in line with the terms and conditions of the specification.

30. Evaluation and Comparison of Bids.

30.1 The Purchaser will evaluate and compare the bids, which have been determined to be Substantially responsive.

30.2 The Purchaser's evaluation of a bid will take into consideration one or more of the following factors

(a) All the bids, which are opened, read out and considered for evaluation, will be checked for qualification requirements in respect of technical aspects. Such of the bids, which do not meet the qualification requirements, will not be evaluated further. The bid is to be checked for its conformity to the technical specification. If it does not meet the technical specification, the Bid will not be evaluated further. However, if in the opinion of the purchaser the bidder has offered equipment / material better than the technical specification the same may be considered. The bid may be rejected for the following reasons:

1. Not in the prescribed form 2. Insufficient bid security or bid not accompanied by the required bid security or proof of bid security exemption 3. Bids not properly signed 4. The bidder is a vendor who is banned from further business transactions and the period of ban is still in force. 5. Bid received after the due date and time 18

6. The bid is through telegram or fax

(b) Further, the purchaser may enquire from the bidder in writing for any clarification of the bid. The response of the bidder will also be in writing. However no change in the prices or substance of the bid will be sought, offered or permitted. (c) Financial Bids/Offers will be examined for completeness and for any computational errors. Arithmetical errors will be rectified on the following basis.

(i) Where there is a discrepancy between the unit price and total price, the unit price will prevail and the total price will be corrected accordingly.

(ii) Where there is a discrepancy between words and figures, the amount in words will prevail.

Failure on the part of the bidder to agree to the above corrections will result in rejection of his offer and forfeiture of his bid security.

(d) It will be ensured that the required sureties have been furnished and that the documents have been properly signed.

In addition the Purchaser’s evaluation of a bid will take into account the net landed cost of the material at the final destination. For the purpose of evaluation net landed cost is arrived at by adding all elements of the basic price, allowable discount, excise duty, any other levies, packing & forwarding, freight charges, insurance (transit & storage) as quoted by the bidder, interest on advance if any, erection, servicing and other charges, inclusive of GST as called for.

In addition any variation up or down in taxes and duties / new levies introduced subsequent to bid opening and before award will be considered for comparison purposes..

The Purchaser’s evaluation of a bid will take into account the Net Landed Cost of the Material at destination stores inclusive of all taxes and duties and inclusive of GST quoted by the Bidder. It is the responsibility of the bidder to quote all Taxes and Duties correctly without leaving any column unfilled. Where not applicable the column may be filled as “NA”. If no duty / tax is leviable, the same may be filled as “NIL”. If any column is left blank, the same is loaded with maximum of other eligible Bids.

(e) The Purchaser shall evaluate in detail and compare the financial offers of those bidders which are technically responsive. (f) Any statutory variations of taxes and duties and new levies imposed after opening of the bid and before award of the contract will be taken into consideration for the purpose of evaluation. (g) Discovery of the L1 bid shall generally determine the successful bidder, however it is not binding on APDCL to accept the lowest Bid. It reserves the right to place orders on different Bidder or bidders or split the scope of work among Bidders.

.

31. Purchaser’s Right to Vary Quantities at Time of Award

31.1 The Purchaser reserves the right at the time of contract award to increase or decrease upto 20% of the quantity of Materials / equipment and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.

32. Purchaser's Right to Accept Any Bid and to Reject Any or All Bids

The Purchaser reserves the right to accept or reject any bid, and to annul the bidding

19

process and reject all bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders.

.

33. Signing of Contract: The Purchaser notifies the successful Bidder that its bid has been accepted. Within 30 (thirty days) of receipt of notification of award of Contract, the successful Bidder will sign and date the contract. Failure to comply with this stipulation will entail cancellation of the contract besides forfeiture of the bid security.

34. Performance Security:

34.1 Within Fifteen (15) days of receipt of the notification of Contract award. The successful Bidder will furnish to the Purchaser the performance security for an amount 10% of the contract value for proper fulfillment of the contract, which will include the warranty period, and completion of performance obligations including Warranty obligations. The Performance Security will cover 60 days beyond the date of completion of performance obligations including Warranty obligations. In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected / replaced material will be extended to a further period of 12 months and the Performance Bank Guarantee for proportionate value will be extended 60 days over and above the extended warranty period.

34.2 The proceeds of the performance security will be payable to the Purchaser as compensation for any loss resulting from the Supplier's failure to complete its obligations under the Contract.

34.3 The performance security will be… (a) A bank guarantee issued by a nationalized bank/Scheduled bank acceptable to the Purchaser, in the form provided in the bidding documents.

(b) A banker's cheque or crossed DD or Pay Order payable at the Head quarter of the Purchaser in favour of the Purchaser drawn on any scheduled bank. No interest whatsoever would be paid on the amount deposited after due release

34.4 The performance security will be discharged by the Purchaser and returned to the Supplier not later than sixty (60) days after the expiry date.

34.5 Failure of the successful Bidder to comply with the above requirement will entail cancellation of the award and forfeiture of the Bid Security and the balance to make up the performance security deposit will be deducted from pending payments if any due to the tenderer from APDCL on other orders in addition the company will also become liable for being blacklisted by APDCL

35. Corrupt or Fraudulent Practices It is essential that the Purchaser as well as Bidder / supplier / contractor for the purposes of this provision, the terms set forth below as follows:

(i) “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution, and (ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the determinant of the purchaser, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the purchaser of the benefits of free and open competition;

(iii) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

20

(iv) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at anytime determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract. 36. Use of Contract Documents and Information:

36.1 The Supplier will not, without the Purchaser's prior written consent, disclose the Contract, or any provision thereof, of any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person will be made in confidence and will extend only so far as may be necessary for purposes of such performance.

36.2 The Supplier will not, without the Purchaser's prior written consent, make use of any document or information except for purposes of performing the Contract.

36.3 Any document, other than the Contract itself, will remain the property of the Purchaser and will be returned ( in all copies) to the Purchaser on completion of the supplier's performance under the Contract if so required by the Purchaser.

36.4 The Supplier will permit the Purchaser or his authorized representative to inspect the Supplier’s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Supplier.

37. Patent Rights

The Supplier will indemnify the Purchaser against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Materials / equipment or any part thereof.

38. Places / Locations:

Particulars of site location and nearest rail heads to which the equipments / material have to be supplied will be given to successful Bidders.

39. Inspections and Tests

(i) The supplier will keep the Purchaser informed in advance of the time of the starting and the progress of manufacture of equipment in its various stages so that arrangement could be made for inspection. The accredited representative of the APDCL will have access to the supplier’s or his subcontractor’s work at any time during working hours for the purpose of inspecting the materials during manufacturing of the materials/equipment and testing and may select test samples from the materials going into plant and equipment. The supplier will provide the facilities for testing such samples at any time including access to drawings and production data at no charge to Purchaser. As soon as the materials are ready the supplier will duly send intimation to APDCL by Registered Post and carry out the tests in the presence of representative of the APDCL. (ii) The APDCL may at its option get the materials inspected by a third party if it feels necessary and all inspection charges in this connection will be borne by the APDCL. In case of materials not of acceptable quality or not conforming to the specification, the materials will be rejected. You have to re-offer the material for inspection. In such a case the 2nd inspection charges are to the suppliers account. In case the materials are rejected in the 2nd inspection also, the APDCL reserves the right to cancel the order.

(iii) The dispatches will be affected only if the test results comply with the specification. The dispatches will be made only after the inspection by the APDCL Officer is completed to the APDCL satisfaction or such inspection is waived by the competent authority.

(iv) The acceptance of any quantity of materials will in no way relieve the supplier of its responsibility for meeting all the requirements of this specification and will not prevent subsequent rejection if such materials are later found to be defective.

(v) The supplier will give 15 days advance intimation to enable the Purchaser to depute his 21

representative for witnessing the acceptance and routine tests.

(vi) Should any inspected or tested materials / equipment fail to conform to the specification, the Purchaser may reject the materials and supplier will either replace the rejected materials or make alterations necessary to meet specifications requirements free of costs to the Purchaser.

(vii) In the case of transformers, instrument transformers and meters, inspection will be conducted every year, for the first 5 years on a 2% sample of the quantities supplied. Samples will be collected at random to establish that the guaranteed technical parameters are as per the submitted bid by the supplier. In the case of non-adherence, the purchaser may take suitable action on the supplier including cancellation of vendor registration and banning further dealings, depending on the gravity of the deviation. These random inspections may be entrusted to a third party.

(viii) Inspection not carried out due to non-readiness of the material even after contacting / confirmed over phone from the supplier about availability of material and physical verification at the supplier premises, the charges @ 0.35% of Ex-works price of material offered for inspection (inclusive of service tax and all other taxes & duties, travelling expenses, boarding and lodging charges at the place of inspection and all incidental charges) shall be paid by supplier subject to a maximum of Rs. 10,000.00 .

40. Packing/storage

40.1 The Supplier will provide such packing of the Materials / equipment as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. The packing will be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing case size and weights will take into consideration, where appropriate, the remoteness of the Materials / equipment' final destination and the absence of heavy handling facilities at all points in transit.

40.2 The packing, marking, and documentation and outside the packages will comply strictly with such special requirements as will be expressly provided for in the Contract and in any subsequent instructions ordered by the Purchaser. The supplier will be required to make separate packages for each consignee each package will be marked on three sides with proper paint / indelible ink with the following;

1. Contract Number 2 Supplier’s name 3 Packing list reference number

40.3 The supplier, whenever dispatches material to a destination should prepare the following information in the form of packing slip in quadruplicate and send the same to the consignee and obtain his acknowledgement. The consignee will return to the supplier one copy of the packing slip with his remarks. The Performa of packing slip will be as follows:

PACKING SLIP

1. Contract No. & Date. 2. Quantity allotted to the stores and rate applicable. 3. Quantity so far supplied to the stores and the rate applied. 4. Quantity now supplied and the rate applied. 5. Total quantity supplied under the Contract with rates applied. 6. Program for supplying the balance quantity to the Stores.

41. Delivery Documents

41.1 Delivery of the Materials/equipment will be made by the Supplier in accordance with the terms specified in the contract.

The latest test certificates containing the result of the tests as per the relevant ISS or other 22

specification stipulated must be submitted to the Chief General Manager (Projects) and got approved by him.

41.2 Documents to be submitted by the Supplier are specified as under… (i) Insurance certificate; (ii) Supplier’s certificate certifying that the defects if any pointed out during inspection have been rectified (3 copies). (iii) Manuals in Six sets and one set of reproducible drawings.

The Purchaser will receive the above documents soon after the dispatch of materials and if not received, the supplier will be responsible for any consequent expenses.

23

42. Insurance

42.1 The Materials / equipment supplied under the Contract will be fully insured by the bidder against loss or damage incidental to manufacture or acquisition, transportation and delivery and also storage for 45 days at destination stores.

42.2 The bidder shall a) Initiate and pursue insurance claim till settlement, and b) Promptly arrange for repair and/or replacement of any damaged items in full irrespective of settlement of insurance claim by the under Writers. c) All costs because of insurance liabilities covered under the contract will be to supplier’s account. The supplier shall provide the Purchaser with a copy of all insurance policies and documents taken out by him in pursuance of the ‘Contract’. Such copies of documents shall be submitted to the purchaser immediately after such insurance coverage. The supplier shall also inform the Purchaser in writing at least sixty (60) days in advance, regarding the expiry, cancellation and/or change in any of such documents and ensure revalidation/renewal etc., as may be necessary well in time.

The risks that are to be covered under the insurance shall be comprehensive and shall include but not limited to, the loss or damage in transit, storage, due to theft, pilferage, riot, civil commotion, weather conditions, accident of all kinds, fire, flood, war risk (during ocean transportation) bad or rough handling etc. The scope of such insurance shall cover the entire contract value.

The insurance will be in an amount equal to 100% FADS value of Materials / equipment on all risks basis. The policy will have a provision for extension to cover further storage if necessary at destination stores / site post the completion of project at APDCLs cost. The insurance beneficiary shall be APDCL on all counts.

43. Transportation

The Supplier is required under the Contract to transport the Materials / equipment to a specified place of destination defined as normally the local stores, transport to such place of destination, including insurance and storage, will be arranged by the Supplier, and the related costs will be included in the Contract Price only.

44. Incidental Services

The Supplier may be required to provide any or all of the following services, including additional services, if any.

(a) Performance or supervision of on-site assembly and/or start-up of the supplied Materials/ equipment;

(b) Furnishing of tools required for assembly and/or maintenance of the supplied Materials / Equipment.

(c) Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Materials / equipment;

(d) Performance or supervision or maintenance and/or repair of the supplied Materials / equipment, during warranty period, provided that this service will not relieve the Supplier of any warranty obligations under this contract; and

(e) Training of the Purchaser's personnel, at the Suppliers' plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Materials / equipment.

24

45. Spare Parts

The Supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier.

(a) Such spare parts as the Purchaser may choose to purchase from the Supplier, provided that this election will not relieve the supplier of any warranty obligations under the contract; and

(b) In the event of termination of production of the spare parts:

(c) Advance notification to the Purchaser of the impending termination.

(d) Time to permit the Purchaser to procure needed requirement; and following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

46. Warranty

46.1 The supplier will warrant for the satisfactory functioning of the material/equipment as per specification for a minimum period of 5 YEARS from the date of commissioning (Go-Live) of the material/equipment in good condition. The detailed warranty terms are mentioned in the respective technical specifications.

46.2 The Supplier warrants that the Materials / equipment supplied under the Contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise the special guarantee sought in technical specification. The supplier further warrants that all Materials / equipment supplied under this Contract will have no defect, arising from a design and / or materials as required by the Purchaser's specifications or from any act of omission of the Supplier, that may develop under normal use of the supplied Materials / equipment.

46.3 "Upon receipt of such notice, the Supplier will within 7 days repair or replace the defective Materials / equipment or parts thereof, free of cost at the ultimate destination. The supplier will take over the replaced parts/Materials/equipment at the time of their replacement. No claim whatsoever will lie on the Purchaser for the replaced parts/Materials /equipment thereafter". In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected/replaced material will be extended to a further period of 12 months. 46.4 If the Supplier, having been notified, fails to remedy the defect(s) within the above period, the Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk and expense duly deducting the expenditure from subsequent bills / bank guarantee and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

47. PAYMENT SCHEDULE

Item Activity Payment Schedule Milestone

(1) Advance Payment 10 % of total cost On Issuance of Letter of quoted for the Award by APDCL, team project mobilization by System Integrator, Submission of Advance Bank Guarantee and other conditions as specified below *

25

(2) RT-DAS Data (a) Supply of software 40% of cost quoted On successful completion Centre cost & hardware at Data for Hardware and of Factory Acceptance Centre Software at Data Tests (FAT as defined in Centre MTS) and delivery of data centre software & hardware as per Bill of Quantity based on certification by the APDCL

(b) End to End Test 20 % of cost Proportional basis, on (Installation , testing, quoted successful completion of configuration & End to End Tests (as commissioning) [25 % of cost defined in MTS) at site quoted if advance based on certification by not claimed] APDCL

(c) In tandem with 20 % of cost quoted Proportionately on the ‘Go-live’ of towns basis of number of towns [25 % of cost where ‘Go-Live’ is quoted if advance completed . i.e not claimed] Completion of System Availability Test as per MTS including delivery of all functionalities envisaged in application including successful integration and availability of reports. (3) SUB-Station Items (a) Supply of FRTU,s 40% of cost quoted On successful completion including FRTU,s MFT’s , test for Hardware and of Factory Acceptance MFT’s , test equipment and other Software at Data Tests (FAT as defined in equipments and other associated Component Centre MTS) and delivery of associated Component FRTU,s MFT’s , test Cost equipment and other associated Components as per Bill of Quantity based on certification by the APDCL (b) End to End Test 20 % of cost Proportional basis, on (Installation , testing, quoted. successful completion of configuration & End to End Tests (as commissioning) [25 % of cost defined in MTS) at site quoted if advance based on certification by not claimed] APDCL

(c) Go-live of towns 20% of cost quoted Proportionately on the basis of number of towns [25 % of cost where Go-Live is quoted if advance completed . i.e not claimed] Completion of System Availability Test as per MTS including delivery of all functionalities

26

envisaged in application including successful integration and availability of reports.

Final 10% of all 30 days Successful implementation costs Operation of the system after all towns have been declared ‘Go-Live’

Facility Management Services Costs: To be released on a quarterly basis. Invoices to be raised by the bidder after the end of each quarter. Payment would be released after confirmation from related officials of successful fulfillment of bidder’s obligations. Will attract penalties on non conformation to requirements as defined in the SLA.

*Advance Bank Guarantee ( excluding the cost of FMS services) : Initial interest bearing Mobilization Advance of 10% (of total contract price may be released on presentation of the following:

a) Unconditional acceptance of the Letter of Award and signing of contract agreement by the Contractor

b) Submission of detailed invoice for advance payment.

c) Establishment of site office and certification by Engineer-in-charge that satisfactory mobilization for project work exists.

d) Submission and acceptance of unconditional & irrevocable Bank Guarantees in favor of Purchaser with total amounting to 110% of total advance amount. The said Bank Guarantees shall be initially valid up to end of ninety (90) days after the scheduled month of completion of total work and shall be extended from time to time till ninety (90) days beyond revised scheduled month of completion of total work, as may be required under the Contract.

e) An unconditional & irrevocable Bank Guarantee for ten percent (10%) of the total Contract price towards Contract Performance Guarantee (CPG) in accordance with the provisions of GCC. The said bank guarantee shall be initially valid up to ninety (90) days after expiry of the Warranty Period and shall be extended from time to time till ninety (90) days beyond successful completion of warranty period, as may be required under the Contract.

f) Detailed PERT Network/Bar chart and its approval by the Purchaser.

g) The interest rate on advance payment shall be SBI's Base rate on the date of disbursement of advance payment. The interest accrued on interest bearing advance shall be adjusted first before releasing any payment. The interest rate shall be calculated on the daily progressive balances outstanding as on the date of recovery/adjustment i.e. on daily rest basis. The Advance bank Guarantee shall be discharged after completion of the work .

27

48. Acceptance of Invoices: When the supplier does not at any time, fulfill his obligations in replacing/rectifying etc., of the damaged/defective materials in part or whole promptly to the satisfaction of the APDCL Officers, the APDCL reserves the right not to accept the bills against subsequent dispatches made by the supplier and only the supplier will be responsible for any demurrages, wharfages or damage occurring to the consignments so dispatched.

49. Prices

Prices charged by the Supplier for Materials / equipment delivered and Services performed under the Contract will not vary from the prices quoted by the supplier in its bid, with the exception of any price adjustment authorized in the contract.

50. Change Orders

The Purchaser may at any time, by a written order given to the Supplier make changes within the general scope of the Contract in any one or more of the following: (a) Drawings, designs, or specifications, where Materials / equipment to be furnished under the Contract are to be specifically manufactured for the Purchaser; (b) The method of shipment or packing; (c) The place of delivery; and/or (d) The Services to be provided by the Supplier.

51. Contract Amendments

No variation in or modification of the terms of the Contract will be made except by written amendment by the Purchaser and accepted by the supplier.

52. Assignment

The Supplier will not assign, in whole or in part, its obligations to perform under this Contract, except with the Purchaser's prior written consent.

53. Delays in Supplier’s Performance

53.1 Delivery of the Materials / equipment will be made by the Supplier in accordance with the time schedule prescribed by the Purchaser in the Schedule of Requirements.

53.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the Materials / equipment, the Supplier will promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier's notice, the Purchaser will evaluate the situation and may at its discretion extend the Supplier's time for performance, with or without liquidated damages, in which case the extension will be ratified by the parties by amendment of the Contract. 53.3 Except as provided under force majeure clause a delay by the Supplier in the performance of its delivery obligations will render the Supplier liable to the imposition of liquidated damages unless an extension of time is agreed upon without the application of liquidated damages.

54. Penalty for delay in supplies

The delivery of materials as per the agreed schedule of delivery is the essence of the contract and no extension of the time for delivery would be allowed except under recognized force majeure conditions.

For supplies made beyond the agreed delivery schedule, penalty shall be levied for an amount

28

of equivalent to ½ % of the ex-works value of the material not delivered within the prescribed time limit for every week of delay or part thereof subject to a maximum of 5% of cost of the undelivered portion within scheduled time.

The date of certified receipt of material at destination stores in good condition will be taken as the date of delivery. For calculation of penalty, the date of receipt (i.e.,103 entry in SAP module) of material at destination stores is the “Date of Delivery” subject to the condition that, the materials is received in good condition. For penalty, the number of days would be rounded off to the nearest week and penalty calculated accordingly.

Any variation up or down in Excise Duty, or Sales Tax or other statutory levies, or new levies introduced after placing of the order, under this specification, shall be to the APDCL's account, provided that, the delivery schedules are adhered to by the supplier. In case, if there are increase in excise duty or sales tax or other statutory levies or new levies after the agreed delivery dates, the supplier shall bear the impact of these levies and if there is downward variation/revision APDCL shall be given credit to that extent.

In case you do not adhere to the delivery schedule the APDCL reserves the right to purchase the balance quantity from the open market and recover expenditure incurred from you. This is in addition to the right of the APDCL mentioned in first para of this clause and under law

55. Risk purchase:

In case of supplier who has not adhered to the delivery schedule, the APDCL reserves the right to purchase the balance quantities from the open market/floating another tender and recover the extra expenditure thus incurred from the supplier.

56. Termination for Default

56.1 The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

i. If the Supplier fails to deliver any or all of the Materials / equipment within the period(s) specified in t h e Contract, or within any extension thereof granted by the Purchaser. ii. If the Supplier fails to perform any other obligation(s) under the Contract.

iii. If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

56.2 In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may procure, upon such terms and in such manner, as it deems appropriate, Materials / equipment or services similar to those undelivered, and the Supplier will be liable to the Purchaser for any excess costs for such similar Materials / equipment or Services. However, the Supplier will continue performance of the Contract to the extent not terminated.

57. Termination for Insolvency

The Purchaser may at any time terminate the Contract by giving written notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or not affect any right of action or remedy, which has accrued or will accrue thereafter to the Purchaser.

58. Termination for Convenience

58.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination will specify the termination is for the Purchaser's convenience, the extent to which performance of the supplier under the

29

Contract is terminated, and date upon which termination becomes effective.

58.2 However the Materials / equipment that are complete and ready for shipment within thirty (30) days after the supplier's receipt of notice of termination will be accepted by the Purchaser at the Contract terms and prices.

59. Force Majeure

59.1 The Supplier will not be liable for forfeiture of its performance security, penalty for late delivery, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contact is the result of an event of Force Majeure.

59.2 For purposes of this clause, "Force Majeure" means an event beyond the control of the Supplier and not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not restricted to, wars or revolutions fires, floods, epidemics, quarantine restrictions, and freight embargoes.

59.3 If a Force Majeure situation arises, the supplier will promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier will continue to perform its obligations under the Contract as far as is reasonably practice, and will seek all reasonable alternative means for performance not prevented by the Force Majeure event.

No price variance will be allowed during the period of force majeure.

60. Settlement of Disputes

60.1 If any dispute or difference of any kind whatsoever will arise between the Purchaser and the Supplier in connection with or arising out of the Contract, the parties will make every effort to resolve amicably such dispute or difference by mutual consultation.

60.2 If, after thirty (30) days the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

60.3 Any dispute of difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause will be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Materials / equipment under the Contract.

60.4 Arbitration proceedings will be conducted in accordance with the following rules of procedure. The dispute resolution mechanism will be as follows: (a) In the case of a dispute or difference arising between the Purchaser and a Supplier relating to any matter arising out of or connected with this agreement, such dispute or difference will be settled in accordance with the Arbitration and Conciliation Act. 1996. The Arbitral Tribunal will consist of three Arbitrators one each to be appointed by the Purchaser and

the supplier the Third Arbitrator will be chosen by the two Arbitrators so appointed by the parties and will act as Presiding Arbitrator. In case of failure of the two Arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the Arbitrator appointed subsequently, the Presiding Arbitrator will be appointed by The Institution of Engineers (India).

(b) If one of the Parties fails to appoint its Arbitrator in pursuance of Sub-Clause (a) within30 days after receipt of the notice of the appointment of its Arbitrator by The

30

Institution of Engineers (India), will appoint the Arbitrator. A certified copy of the order of the Institution of Engineers (India), making such an appointment will be furnished to each to the parties.

(c) Arbitration Proceedings will be held at Purchaser’s Headquarters, and the language of the Arbitration Proceedings and that of all documents and communication between the parties will be English.

(d ) The decision of the majority of Arbitrators will be final and binding upon both parties. The cost and expenses of Arbitration Proceedings will be paid as determined by the Arbitral Tribunal. However, the expenses incurred by each party in connection with the preparation, presentation etc., of its proceedings as also the fees and expenses paid to the Arbitrator appointed by such party or on its behalf will be borne by each party itself.

(e) Where the value of the Contract is Rs. One Crore and below, the disputes or differences arising will be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the appointing authority namely The Institution of Engineers (India).

60.5 Notwithstanding any reference to arbitration herein,

(a) The parties will continue to perform their respective obligations under the Contract unless they otherwise agree; and

(b) The Purchaser will pay the Supplier any monies due to the Supplier.

61. Jurisdiction

All and any disputes or differences arising out of or touching this contract will be decided by the Courts or Tribunals situated in Purchaser’s Headquarters only. No suit or other legal proceedings will be instituted elsewhere.

62. Notices

62.1 Any notice given by one party to the other pursuant to this Contract will be sent to the other party in writing or by e-mail to the other party’s email address as mentioned in the bid.

62.2. A notice will be effective when delivered or on the notice's effective date, whichever is later.

63. Foreign Exchange

No Foreign Exchange is available or expected for this purchase. Offers which do not require release of F.E. or procurement of import license by APDCL only will be considered. Where some of the components are to be imported the manufacturer will have to make their own arrangements for import license etc., and should not look for any assistance from APDCL.

31

MODEL TECHNICAL SPECIFICATIONS (MTS) SECTION-II

32

Section - II MODEL TECHNICAL SPECIFICATIONS (MTS) Requirements and other conditions Chapter 1

1.0 Introduction

Major areas of concern in the power distribution sector are high AT&C loss and poor power distribution reliability. To address these problems, accurate measurement, diagnosis and remedial action is essential. The reliability of power is measured in the terms of SAIFI and SAIDI which requires solution based on real time. The system shall be equipped to monitor and help utility to measure SAIFI/SAIDI and facilitate to achieve improvement in the trajectory

Definition

The SAIFI is System Average Interruption frequency Index = No of customer interruption / Total no of consumers served

The SAIDI is System Average Interruption Duration Index = No of customer interruption duration/ Total no of consumers served

Objective

To accurately measure reliability of power distribution network and facilitate utility to take suitable administrative action for enhancement of power reliability.

The measurement of reliability shall be ensured by a real time data acquisition system (RT-DAS) using FRTU at S/S. It shall also facilitate Utility to take appropriate measures for improvement of SAIDI/SAIFI by knowing the reason of poor values of indices. SAIFI/SAIDI report for 11KV /22KV feeder, S/S and town measurement shall be generated

Reason 1 Planned CB operated without fault (Load shedding, Maintenance may be the reason )

Reason 2 Unplanned Fault driven outage (Over current or Earth fault may be the reason)

Inputs required

 Measurement of : o Breaker position o Fault relays (O/C , E/F) o Analog data ( P,Q,V,F,I ) o No voltage relay at incomers

1.1 Broad Scope

 RT-DAS at Data centre  FRTUs at S/S  Accurate real time system of measurement  Rugged and robust to withstand in S/S HV environment  Essential compliance to IEC standards for EMI/EMC and environmental requirement  Essential compliance to IEC101/104 protocols for communication with FRTU and Modbus with Multi-Function Transducers (MFT)

33

 Cyber security/security compliance  GPS Time synchronisation  SLD and mimics for monitoring at S/S and Data centre  Notifying S/S about outage through SMS (can be extended to consumers using IT system SMS gateway)  Reports (SAIFI /SAIDI reports as per regulator defined criteria and as per IEEE norms etc.)  Operation monitor for switching devices to have preventive maintenance  Historical data, MIS and analytics  Future compatibility with SCADA / AMI etc

Schematics for improving SAIFI & SAIDI 1.1 Schematics:

IPDS RT-DAS Real Time Feeder DAS at Substation Level

33 kV No voltage relay

11kV P

Circuit breaker

Fault contact

Multifunction transducer CT

FRTU

Data Flow RT - DAS

RAPDRP DATA CENTRE

RT-DAS at Data Centre

Workstations Workstation Existing IT Infra at DC shall be used • Mass storage (SAN) of historical data • LAN /WAN • Cyber Security • Printers /peripherals etc

G 00:0

DAS Communication ISR F o Server t-Ends Processors FEP) Wan Router IN CASE OF MPLS

DEV SERVER CUM TRAINING CONSOLE

The focus of the system shall be on actual, demonstrable performance in terms of measurement & establishment of reliable and automated systems for measurement of SAIDI and SAIFI.

1.2 Responsibility of SSIA

1.2.1 The executing agency shall be called as SSIA - (SAIFI SAIDI system Implementation Agency )

a) System Design and Engineering

b) Manufacture, inspection at manufacturer’s works, supply, transportation, insurance, delivery at site, unloading, storage, complete supervision, installation and successful commissioning of all the equipment, systems and application software SSIA should furnish at least 5 years warranty along with supporting plan and availability of spares.

c) Any item though not specifically mentioned, but is required to complete the project works in all respects for its safe, reliable, efficient and trouble free operation & to meet performance ,availability & functional requirements as envisaged in the model specification shall also be considered to be included, and the same shall be supplied and installed by the SSIA without any extra cost

d) Testing and Commissioning including planning (includes preparing test plans and defining roles and their responsibilities), preparation (consists of preparing test specification, test environment and test data) for all tests viz. Type tests, FAT, SAT and successful commissioning

e) Integration Scope: SSIA should ensure that legacy systems and the new solutions supplied by them are tightly integrated and do not remain stand-alone and shall perform on real time basis as envisaged in specifications. All required external systems shall be integrated using an integration middleware layer to be supplied by contractor. APDCL shall extend necessary support to contractor for integration of the system . The scope of integration of external systems includes, IT systems under R-APDRP, legacy RTU/FRTU , if any for the objective of project. The same is specified below by utility for objective of the project.. If none then it shall be mentioned as”nil”

f) Geographical Scope: Locations shall be detailed by the APDCL in the RFP

g) Training for Employees

h) Project Management and Site Supervision Bidder shall provide experienced, skilled, knowledgeable and competent personnel for all phases of the project, so as to provide the APDCL with a high quality system

i) Interface Coordination: The bidder shall identify all interface issues and inform APDCL to coordinate and exchange all necessary information among concerned agencies.

The detailed technical requirements including Bill of Quantity of the above components is described in subsequent sections of this volume.

The responsibility of the Contractor shall include supplying, laying and termination of the cables, wherever required for: a) Acquiring analog data using MFT, transducer, sensor which shall be connected with the primary devices. b) Acquiring the digital data for status of field devices, relays in the control room. c) Interconnection between Contact Multiplying Relays (CMRs) and FRTUs & field devices (CMRs to be supplied by the contractor as per BOQ), d) Power and signal cabling between the supplied equipment & Owner’s equipment’s. e) Any other cabling required for completion of the project.

In addition to the above, following works are also in the scope of the contractor:

f) Database and display development g) Obtaining the statutory clearances required, if any from Ministry of Communication/ Govt Authority . All the charges deposited to aforesaid authority for obtaining statutory clearance

36

will be reimbursed by the owner. The owner will also provide the necessary support if required in getting the clearances h) To make provision for import of GIS data in xml format from IT system for creation of database. In case GIS data is not available due to non readiness of GIS/ IT System, then plain xml data shall be populated by SSIA to meet objective of the project. j) Generic requirements:

The contractor shall undertake detailed site survey immediately after award of the contract of all the sites to access the various requirements such as space, identification of input terminals, and availability of air-conditioning, spare contacts etc for completion of engineering, site installation, testing and commissioning of the project. The type and number of hardware and software elements (Bill of Quantity) within the scope of the project to be supplied for the various sites are identified in the Appendices. The individual functions to be performed by the hardware and software and system sizing criteria are described in the relevant sections. The specification defines requirements on functional basis and does not intend to specify any particular design, make or model etc.. On the other hand certain minimum requirements must be met in accordance with the particular details provided elsewhere in the specification.

The make of equipment, if any mentioned in this document for illustration purpose is indicative only and bidders may be allowed to supply products of any make of equivalent quality. This specification is neutral on the name of any make and it is up to the Chief General Manager (PP&D) , APDCL to decide the acceptable make of equipment including relays, fitments etc. based on given technical specifications, past performance, technical suitability and state practices of the equipment in the system.

1.2.2 APDCL shall be responsible for :

(a) Arranging necessary shutdowns and work permits at various sites. (b) Providing all the necessary data regarding the Distribution system network. (c) Providing storage space at site free of cost wherever available. Special storage needs such as watch and ward services shall have to be provided by the contractor at his own costs. (d) The existing earthing system at the substations may be utilized for earthing of the offered equipment. However, the contractor shall assess its suitability for the offered equipment. and carry out the modifications if required 4 (e) Suitable space/Infrastructure for Data Centre, Substations for installation of equipment’s in line with RT-DAS system implementation schedule. (f) Bandwidth cost, however bidder has to specify the bandwidth requirement and suggest the bandwidth provider across the state for implementation of the RT-DAS Project. Any OPEX cost to be excluded and shall be borne by utility (g) All civil & architectural works, internal and external electrification, earthing, special electronic earthing for Server system, Air conditioning and ventilation, fire fighting system and Access control system required for RT-DAS system are outside the scope of the SSIA, however contractor has to indicate the space requirement for data centre Auxiliary power supply & communication equipment, any other specific requirement, power supply requirement including standby supply requirement, so that the utility can provide the same as per bidder's requirement (h) Manpower required for managing RT-DAS system (i) A.C. input power supply

1.3 Bidder General Requirements

The Bidders are advised to visit sites (at their own expense), prior to the submission of the proposal, and make surveys and assessments as deemed necessary for proposal submission.

37

The successful bidder (Contractor) is required to visit all sites and conduct requisite survey, inter-alia the bidder also have to recommend the bandwidth Service provider for each of the sub-stations under the scope of the contract and submit report to APDCL., APDCL shall accordingly procure the SIM cards . The site visits after contract award shall include all necessary surveys to allow the contractor to perform the design and implementation functions.

The existing infrastructure created under R-APDRP shall be used to maximum extent. The following existing infra should be used: o Security /firewall /Web servers o Peripherals such as printers o LAN/WAN equipment to maximum extent o Mass/SAN storage device Utility shall extend support of ITIA /Utility and provide required secured access to IT system

After the site/route survey the Contractor shall submit a survey report for all the sites. This report shall include at least the following items, however, the exact format of the report shall be finalized by the contractor with the approval of Employer.

(a) Proposed layout of Equipment in the existing rooms and buildings. (b) Proposed routing of power, earthing, signal cables and patch cords etc. (c) Confirmation of adequacy of Space and AC Power supply requirements (d) Proposals for new rooms/buildings, if required (e) Identification of facility modifications, if required (f) Identify all additional items required for interconnection with the existing equipment. (g) Requirement of Modification to existing earthing arrangement, if any.

The offered equipment/system must be in successful operation for at least one year as on the date of bid opening. However, the computer hardware shall be of current industry standard models. The Bidder shall be responsive to the technical requirements as set forth in this specification.

To be considered responsive, the Bidder's proposal shall include the following: 1. A detailed project implementation plan and schedule Manpower resources, proposed to be deployed by the Contractor during the execution phase, shall be clearly indicated. 2. Documentary evidence in support of the qualifying requirements specified in the bidding document i.e. RFP shall be submitted along with the bid. 3. Performance certificate for the offered equipment/systems from the user’s in line to the requirements mentioned in the biding documents. 4. The type test certificates for the offered equipments. In case it is not type tested, commitment for same to be conducted during implementation without any additional cost to owner 5. Technical details of the offered equipment/systems.

To assist in understanding the overall requirements of the project, the following items of special interest are listed. (a) The database, displays and reports are to be developed by the contractor; however, the contractor shall associate the employer/owner’s engineers also during the data base development. The required hardware & software for completion of this activity may be used out of the hardware & software to be supplied under this contract. (b) The APIs (Application Program Interfaces) specified/needed are to be supplied. However , source code for customised part shall be the supplied (c) data exchange with IT system.

1.4 Site Conditions The sites are located in 92 Nos Non-SCADA towns list shown in annexure - I.. The state is well connected with road, rail and air transport..

1.5 Applicable Standards.

38

The offered equipment shall conform to the standards mentioned in the specification. In case of any discrepancy between the description given in the specification and the standards the provisions of the technical specification shall be followed. The parameters not specifically mentioned in this specification shall conform to the standard mentioned in this specification.

Wherever, new standards and revisions are issued during the period of the contract, the Contractor shall comply with such standards, provided there is no additional financial implication to employer/owner.

In the event the Contractor offers to supply material and/or equipment in compliance to any standard other than those listed in this tender document, the Contractor shall include with their proposal, full salient characteristics of the new standard for comparison.

1.6 COMPREHENSIVE Warranty

This would include five years warranty for the related hardware & software supplied under the RT- DAS project after the operational acceptance of equipment at Data centre / Go Live of FRTU at S/S . The five year warranty shall include comprehensive OEM on-site warranty for all components (H/W and Software including OS) supplied including reloading and reconfiguration of all Application Software and device drivers/patches etc. if required. The bidder/contractor shall be responsible for all changes in software (application and system) that is required to make the/keep the entire application fully functional during the warranty period. Bidder shall be responsible for development of any forms or reports required/mandated by Govt of India or Govt of Assam or APDCL during the warranty period

CHAPTER -2

RT-DAS FUNCTIONS

2.0 Design requirements

The software shall be modular in nature. The software shall be able to on minimum 64 bit architecture. All the variable parameters of RT-DAS applications, which require adjustment from time-to-time, shall be defined in the database and shall be adjustable by system personnel. All periodicities and time intervals contained in the Specification that define these parameters shall be considered as initial values to be used for performance purposes. The adjustments made to parameters by the user or programmer shall become effective without having to reassemble or recompile programs or regenerate all or portions of the database.

2.1 Function Access

Various application functions shall be designated as single user/ multi-user. For a single-user function, the user with access to the function must relinquish access to it before access can be granted to another user. For a multi-user function any number of users, up to the maximum designated for the function, may have access to the function simultaneously. All such actions shall be recorded as events in the event log

2.2 Critical & non critical functions

The functions defined in this specification shall be classified as Critical or as Non-critical. Every critical function must be supported by sufficient hardware& software redundancy to ensure that no single hardware & software failure will interrupt the availability of the functions for a period exceeding the automatic transfer time defined in the specification.

39

Non-critical function may not be supported by hardware & software redundancy and can be suspended in case of non-availability of corresponding hardware.

Generally the following are classified as Critical functions a) All RT-DAS applications b) Information Storage and Retrieval (ISR) c) Data exchange among the contractor supplied IT system established under R-APDRP d) Web server applications , Security applications

2.3 RT-DAS Functions

The following RT-DAS functions are envisaged under this specification.  Data Acquisition from FRTUs at S/S  Time synchronization of FRTUs  Data Exchange with IT system  Data Processing  Sequence of event processing  Failsoft capability  Remote database downloading ,diagnostics & configuration  to make provision for import of GIS data in xml format from IT system for creation of database  Information Storage & Retrieval (ISR)  Enterprise SOA Based BUS)

The RT-DAS shall have capability to accept data from the following sources:

(a) Tele-metered data received from FRTUs (b) Data exchange (d) Calculated data (e) Pseudo-data (Manually entered data) (f) Import of GIS data in xml format from IT system for creation of database

All input data and parameters, whether collected automatically or entered by an user, shall be checked for validation as per defined logic.

Communication protocol.

RT-DAS system shall use the following protocols to communicate a) for FRTU- IEC 870-5-101 /104 protocol b) for MFTs – MODBUS c) Protocol for IED communication , if any specified in the bid

2.3.1 Data Acquisition

RT-DAS system shall acquire data from Feeder Remote Terminal Units (FRTUs) installed one Number at each S/S

The type of data to be acquired through FRTUs shall include analog values, digital status data (single point indications ) and SOE data from the substation.

Analog values like P, Q, F, each phase V, each phase I, each phase pf, and energy values (Export/Import KWh and KVARh) shall be collected by the FRTUs from the MFTs ( if specified in the bid) /or by suitable method.

The actual point counts & type of data requirement shall be specified

40

2.3.1.1 Polling method

Digital status data from FRTU shall be collected by RT-DAS system. Digital status data shall have higher priority than the Analog data. The system shall have dead band for data by exception and integrity scan.

The time skew at RT-DAS, S/S shall not be more than 0.1sec at each location & latency shall not be more than 0.5sec for status. For analog data the time skew shall not be more than 1sec & latency shall not be more than 1sec as per IEEE C37.1.

The contractor must assess & take the network delay into consideration while designing the system so that the update time in normal & peak level of activities are met.

The RT-DAS system shall also be able to collect any and all analog & digital data from its FRTU on demand. Apart from the periodic integrity scan, the integrity scan shall also be initiated automatically for the following situations: i. Upon start up of the system ii. FRTU status change is detected such as FRTU restart, Communication Link restoration iii. On demand by RT-DAS iv. On request by the user

The TCP/IP Communication for FRTU on public network shall be encrypted over SSL Security / VPN .The FRTU, all TCP/IP devices that are on Public Network shall form a private VPN network with the Front End, through which encrypted data gets exchanged.

2.3.1.2 Telemetry Failure

If data is not received from an FRTU after a user-adjustable number of retries, each affected point in the RT-DAS system shall be marked with a ‘telemetry failure quality code’ and an alarm shall be generated. Telemetry failure of data can be due to failure of communication link, failure of FRTU or FRTU module or MFT etc. Only a single alarm shall be generated if an entire FRTU or its communication channel fails.

In the event of telemetry failure, the last good value/status shall be retained in the database for each affected point. When telemetry returns to normal, the associated RT-DAS system shall automatically resume updating the database with the scanned data.

The user shall be able to substitute a value in the database for any point that is experiencing telemetry failure which shall be marked with ‘manual replaced’ quality code in addition to the ‘telemetry failure’ quality code. The user shall also be able to delete any point (or entire FRTU) from scan processing. All deleted points shall be marked with a ‘delete-from-scan’ quality code.

2.3.2 Time synchronisation of FRTUs

The RT-DAS system will be synchronised from the GPS based Time and frequency system. The system shall synchronise the time of all connected FRTUs every 15 minutes (user configurable from 5 minutes to 24 hrs ) using time synchronisation message in the IEC 870-5-104/101 protocol /NTP/SNTP. The servers /Workstations at RT-DAS at Data centre shall be synchronised using NTP/SNTP .

2.3.3 Data Exchange

 Import of GIS data in xml format from IT system for creation of database  Import Consumers Count tagged to each feeder  Feeder / S/S/ Town /DISCOM & State wise SAIDI/SAIFI report with IT system

41

In case of import data is not available from IT system, then contractor shall populate the database on their own without additional cost to mitigate the delay in the project . Further, system to be so designed so that it has the capability to input , change in consumers count for each feeder in case of difficulty in importing from RAPDRP data center

2.3.4 Data Processing

Data processing involves a value which has been converted to internal form and analyzed for violations of limits. The data processing shall set various data attributes depending on the results of the checks and shall trigger any additional processing or calculation. The RT-DAS system shall prepare all the acquired data for use by the power system applications. The RT-DAS system shall have capability to accept data from the following sources: (a) Real-time (b) Calculated data (c) Manually entered data (d) Sequence of events data

2.3.4.1 Analog Data Processing

Analog data processing shall be performed according to the requirements listed below.

(i) Conversion to Engineering Units

Analog points that are transmitted to RT-DAS system in raw data format shall be converted to engineering units before being stored in the database. This conversion function shall include, as a minimum, the capability to perform the following conversion algorithm:

Value = (A * scanned valued) + B,

Where A and B are programmer-adjustable constants assignable as database attributes on a per point basis. The other features that shall be available are limit monitoring, reasonability limit , sign , gradient feature

2.3.4.2 Digital Input Data processing

Each state of a digital input point shall be associated with the state of an actual device. The number of bits that will be used to define the state of a device is defined in the FRTU Specification. A status point shall be defined by single state point.The following pairs of state names shall be provided as minimum:

(1) Open/Closed (2) Tripped/Closed (3) Fault/Normal (4) On/Off (5) Auto/Manual (6) Remote/Local

2.3.4.3 Calculated Data processing

RT-DAS system shall be capable of performing calculations and storing the result in the database as calculated data available for display. The database variables to be used for arguments and the mathematical/statistical/logical functions to be used as operations shall be definable interactively at a console as well as by the programmer using database creation and maintenance procedures.

2.3.4.4 Quality Codes

42

Quality codes indicate the presence of one or more factors that affect the validity of a data value. All quality codes that apply to a data value shall be maintained in the database for that data value. At least the following data quality codes preferably as the following single letter code shall be provided.

Quality code Reason Telemetry Failure (FRTU Link) Telemetry has failed Manual Replaced Manual updation Delete from Scan (FRTU/point) User disabled the scan of the of data/point Calculated Calculated data Limit Override Limits are overridden Reasonability Limit Exceeded Value beyond reasonability limit Alarm Inhibit Alarm processing is inhibited Test or maintenance mode Point is in test /maintenance mode

2.3.5 Sequence-of-Events data

Sequence-of-events (SOE) data shall be chronological listings of ‘status change events with time stamp’ acquired from FRTUs. The SOE data shall be collected from all FRTU either in normal polling or periodically/on demand . SOE data collection shall have lower priority than normal data acquisition. The SOE data collected from different devices shall be merged for chronological listings and stored for subsequent review. At least latest 1000 SOE data shall be available for display. RT-DAS system at data centre shall have 10ms SOE resolution. However, as SOE time stamping is done at FRTU level, the same shall be in line with resolution defined for FRTU. All SOE data collected from all FRTU shall be stored in daily RDBMS database of ISR system.

2.3.5.1 RTDAS language

The RT-DAS system shall incorporate the capability for writing/coding various programs using IEC 61131-3 language or C/C++ or any non proprietary language . It will facilitate user (programmer) to write various programs/ logics using points defined in the database as and when required.

2.3.6 Fail-soft capability

The RT-DAS system shall be able to manage & prevent system from total shutdown / crash etc in the event of system crosses mark of peak loading requirements through graceful de-gradation of non – critical functions & also relaxing periodicity / update rate of display refresh & critical functions by 50%..

2.3.7 Remote database downloading ,diagnostics & configuration:

The RT-DAS system shall be able to download database run diagnostics & create/modify /delete configuration/ parameterisation from DATA CENTRTE locations to FRTU using Application Service Data Unit (ASDU) / messages of respective protocols or file transfer.

2.3.8 Information Storage and Retrieval

Information Storage and Retrieval (ISR) function shall allow collection of data from real-time RT-DAS system and storing it periodically in a Relational database management system (RDBMS) database as historical information (HI) data. This includes storing of data such as SOE, status data, Analog values, calculated values, Energy values etc. Programmer shall also be able to set storage mode as by exception in place of periodic storage.

2.3.8.1 SAIDI /SAIFI Table

43

SAIDI/SAIFI table for daily, weekly ,monthly and yearly basis and specified query duration based for 11 kv feeders, substation, town,section,Sub-division, Division, Circle and Discom , state shall be generated automatically and maintained indicating planned , unplanned and total value of SAIFI SAIDI . Such daily tables for three months duration shall be stored on auxiliary memory. Tables for the previous day shall be backed up to Mass/SAN storage of IT system by the user at 10PM daily. Further , SAIFI/SAIDI table shall be created as per criteria of IEEE and Assam State Regulatory Commission AERC both.

2.3.8.2 Daily Energy Data table

The daily energy data table shall be generated for storage of daily energy values for 15 minute blocks / one hour blocks of a day & shall be stored for each feeder on daily basis along with quality codes. Such daily tables for two months duration shall be stored on auxiliary memory. Tables for the previous day shall be backed up to Mass/SAN storage of IT system by the user at 10PM daily.

2.3.8.3 SOE data table

INFORMATION STRORAGE RETRIVAL(ISR) system shall maintain SOE data table which shall store the SOE data for complete distribution system . Such daily tables for two months duration shall be stored on auxiliary memory. Tables for the previous day shall be backed up to Mass/SAN storage of IT system by the user at 10PM daily.

2.3.8.4 System Message Log Storage and Retrieval

System message log, which shall consist of the chronological listing of the RT-DAS computer system alarm messages, event messages and user messages shall be stored for archival and analysis. Such daily tables for two months duration shall be stored on auxiliary memory. Tables for the previous day shall be backed up to Mass/SAN storage of IT system by the user at 10PM daily.

CHAPTER –3

User interface Requirements

3.1 General Requirements

All RT-DAS functions shall have common user interface as user interaction shall be performed from Operator Consoles envisaged in this specification. All user interactions shall be from full graphics display. The sizing requirements are given in the appendices in chapter 9,10

3.2 System Users

The term "user" is applied to the personnel interacting with the RT-DAS system. These users shall be required to login in one or more of following user modes, which include: (a) Supervisor Personnel responsible for RT-DAS system administration and management such as assigning the access area to users, creating users etc. (b) Module Engineer: Personnel having access to maintenance of database/ displays and responsible for support activities such as post fault analysis , report generation, regular backup of database (C.) Programmer Personnel responsible for continuing development and maintenance of the RT-DAS system functions, databases, displays and report formats. Security system

3.3 Function and Data Access Security Password security shall be provided for access to the RT-DAS system, its operating system, layered products, and other applications. After a user has successfully logged on, access to the RT-

44

DAS functions, displays, reports, and databases shall be restricted by pre-assigned operating jurisdictions. “Single Sign-On” (SSO) technology be employed (i.e., a user logs on once to the RT-DAS using individually defined user name and password which permits appropriate level of access . Further, the facility should be compatible with enterprise-wide SSO capabilities. Each log-on and log-off shall be reported as an event. Unsuccessful attempts to log-on shall also be reported as events.

3.4 Environment

The user interface for RT-DAS system shall be web enabled.

3.5 Display interactions

Rapid, convenient, and reliable display requests shall be provided using the following methods:

3.5.1 Display Requests

(a) Selection of a display from a menu display (b) Cursor target selection on any menu, graphic, or tabular display (c) Selection of an alarm: in this case, it shall call up the one-line display containing the alarm’s location, (d) Selection of an alarm or event message on a summary display followed by a display request command (e) Selection of display by Entering a display name or number (f) Forward and reverse paging in a page-based display. (g) Selecting a previous display by re-call command. (h) Selecting a point of interest from an Overview display for viewing on full screen (such as viewing a SLD of a substation by selecting the Substation node from a Network diagram). (i) Selecting function keys or cursor targets dedicated to displays.

3.5.2 Display navigation

Display navigation methods shall provide a consistent approach for moving within a display. The following methods shall be provided:

(a) Panning with cursor positioning device or scroll bars (b) Zooming with cursor positioning device (c) Navigation window for rapid movement between portions of a world display (d) Rubber-band zooming. (e) Tool tip (f) Find & locate (g) Drag & drop

3.5.3 User Help

User help shall present a list of topics available for reference. The topics shall refer to the RT-DAS user documents. The ability to scroll through the topic’s explanatory text shall be supported.

The provided help facility shall also support:  search mechanism  navigation links between related topics within the help documents  select/copy mechanism  print facilities

45

3.5.4 Overlapping user access

The ability to queue multiple commands from different consoles shall be provided. In this regard, however, interlocks shall be provided to avoid overlapping user access to certain functions.

3.6 Function Key Usage

Special functions shall be assigned to the 12 function keys on a standard keyboard. With extensions (e.g., Shift, Alt, Esc) this shall result in a minimum of 48 function key actions.

3.7 Trend

Trend shall be a display of series of values of parameters on a time axis. Both graphical trend and tabular trends shall be supported. The attributes of the trend display shall be user configurable. The trend application shall be able to show trends for any measurement type from more than one source, at least from real-time, historical and forecast sources.

3.8 Alarms

Alarms are conditions that require user attention. All alarms shall be presented to the user in a consistent manner. Alarm conditions shall include, but not be limited to, the following:

(a) Telemeter or calculated value limit violations (b) Values returning to normal from a limit violation state (c) Protection telemeter (d) Data source communication errors resulting in loss of data (e) RT-DAS system hardware or software failures.

The user shall be able to change the alarm limits.. When the user selects an item to change its alarm limits, a menu showing the alarm limits currently in use and a data entry field for the revised limits shall appear. All changes to alarm limits shall be subjected to data entry error checking and recorded as events.

An alarm category provides the logical interface that connects an alarm condition to a specific Area of Responsibility (AOR) or operational jurisdiction as defined and accordingly alarm shall be reported to user. Each log-on and log-off shall be reported as an event.

Each alarm shall be assigned to an alarm priority level. Each alarm priority level shall be presented in separate display. For each alarm, it shall be possible for the programmer to independently configure the following actions:

(a) Audible alarm tone type selection and its enabling/disabling (b) Alarm messages to be displayed on an alarm summary (c) Alarm message deleted from alarm summary when acknowledged (d) Alarm message deleted from alarm summary when return-to-normal alarm occurs (e) Alarm message deleted from alarm summary when return-to-normal alarm is acknowledged (f) Alarm message deleted by user action.

This assignment shall determine how the alarm will be presented, acknowledged, deleted, and recorded. 3.9 Events

Events are conditions or actions that shall be recorded by the RT-DAS system but do not require user action. Events shall be generated under the following conditions (a) User initiated actions

46

(b) Conditions detected by application functions that do not require immediate user notification, but should be recorded.

Events shall be recorded in the form of an event message.

3.10 Report Generation

The contractor shall be required to generate the Daily, Weekly, Monthly reports formats for RT-DAS system. The report formats shall be finalised during detailed engineering stage. The user shall be able to schedule periodic generation of reports, direct report to display, print report, and archive report using report-scheduling display. The report scheduling display shall enable entry of the following parameters, with default values provided where appropriate: (a) Report name (b) Report destination (printer or archiving device) (c) Time of the system should produce the report.

3.11 System Configuration Monitoring and Control

The user shall be provided with the capability to review RT-DAS computer system configuration and to control the state of the configuration equipment using displays. The following operations shall be possible: (a) Failover of each server (b) Monitoring of servers, device, including workstations, FRTUs, status & loading of WAN LANs etc. (c) Monitoring of the processor resource, hard disk & LAN/WAN utilization (d) Configure & monitor of RT-DAS functions 3.12 Displays Typical list of displays shown below, however the same may be finalised during detailed engineering stage.

 Substation SLD Displays  SAIFI SAIDI displays (Feeder, S/S ,Town-wise)  Substation Tabular Displays  Alarm Summary Displays  Event Summary Displays  Manual Override Summary  Out-of-Scan Summary  Alarm Inhibit Summary  Graphical Trending Summary Displays  Tabular Trending Summary Displays  Computer system Configuration and Monitoring Displays  FRTU Communication Channel Monitoring and Control Display  Help Displays

CHAPTER -4 SYSTEM SOFTWARE REQUIREMENTS

4.0 General

This chapter describes the characteristics of system software such as Operating system, RDBMS and support software to be provided by Contractor and the original software supplier. The contractor shall make use of common applications such as security, networking etc created under R-APDRP- IT infrastructure. However, it is necessary that functional, availability & performance aspects are met. Bidder shall assess the adequacy of software specified & if any additional software is required to meet all the requirements of the technical specifications, the same shall also be included in the offer. Any

47

additional item required to meet functional, performance and availability requirement shall be supplied without any additional cost to owner , if not included in the bid.

4.1 Software Standards

All RT-DAS software provided by the Contractor, including the Operating system, RDBMS and support software, shall comply with the industry-accepted software standards developed by national and international organizations,.The Contractor shall commit to meet the "open systems" objective promoted by industry standards groups by using software products that are based on open standards . 4.1.1 Design and Coding Standards for RT-DAS applications

All RT-DAS applications shall be maintainable by employer using the supplied software utilities and documentation. The RT-DAS software design and coding standards shall also address the following:

a) Expansion/ scalability: software shall be dimensioned to accommodate the ultimate size of RT-DAS system envisaged. b) Modularity: software shall be modular to minimize the time and complexity involved in making a change to a program c) SOA architecture: Software shall conform to SOA. d) Enterprise service bus (ESB): ESB based architecture is essential to enable interaction of applications from different product manufacturer , platforms etc. e) Portability & Interoperability: The software shall be designed for hardware independence and operation in a network environment that includes dissimilar hardware platforms to the extent possible. The use of system services software shall be built on Open standards

4.2 Operating System

The contractor shall use UNIX /Linux / Microsoft Windows™ operating system servers.

4.3 Time and Calendar Maintenance

The RT-DAS system shall maintain Time and date for use by various software applications. The GPS based time receiver shall be used for synchronising the RT-DAS system time. All Servers and Operator workstation clocks shall be synchronised within the accuracy of +/-100 milliseconds. The system shall support communication protocols such as NTP and SNTP. The time and frequency standard unit shall support a common time code output format such as IRIG-B. A surge protection system shall be included to prevent the time and frequency standard equipment from lightning.

4.4 Cyber security

Contractor shall use existing data centre infrastructure (in case of items not covered under RT- DAS) including, firewalls, LAN, Mass/SAN storage device & software, NMS for cyber security as per NCIIPC/CERT.IN guidelines. Template for Crisis Management Plan (CMP) is available with CERT.IN dist. anything additional to meet requirement shall be provisioned in the bid. Any additional item required to meet functional, performance and availability requirement shall be supplied without any additional cost to owner , if not included in the bid . The system (software and hardware) shall have adequate cyber security and shall be verified successfully by CERT.IN empanelled agencies/ NCIIPC

4.4.1 Software Maintenance and Development Tools

4.4.1.1.1 Report Generation Software

48

The RT-DAS system shall include report generation software to generate new report formats for RT- DAS and edit existing report formats. The user shall be guided in defining the basic parameters of the report, such as the report database linkages as symbolic point names, the report format, the report activation criteria, the report destination (workstation, printer, or text file), and the retention period for the report data.

The user shall be able to construct periodic reports and ad-hoc queries via interactive procedures. The capability to format reports for workstations and printers shall be provided. The user shall be able to specify the presentation format for periodic reports and ad-hoc query reports as alphanumeric display format, graphical display format, or alphanumeric printer format. The user shall be able to specify that processing functions, such as summations and other arithmetic functions, be applied to portions of the report data when the report is processed for display, printing, or file storage. The software shall provide for generation of reports that are the full character width of the printers and that use all of the printer's capabilities, such as font sizes and styles and print orientation.

For report data editing, the user shall be able to obtain the data from a retained report, modify the data, repeat the inherent data calculations, reprint the report, and save it in a report retention file on auxiliary memory without destroying the original report.

The user shall also be able to access a retained report, modify its point linkages to the database, modify its format, and save it in a report retention file on auxiliary memory as a new report without destroying the original report.

Executing the report generating functions shall not interfere in any server of the system with the on- line RT-DAS functions.

4.4.1.1.2 System Generation and Build

System generation includes the activity of generating an executable object code of all databases, displays, and reports as required for RT-DAS system. System build is the process under which all the above executables and the executables provided for RT-DAS application software are ported to the RT-DAS system hardware and configuring to make it operational.

The contractor shall do the complete system generation and build as required for successful operation of the RT-DAS system. The contractor shall also provide the complete backup of the RT-DAS system in electronic media such as tapes,

4.4.1.1.3 Diagnostic Utility

The system shall have suitable auto diagnostic feature, on line & offline diagnostic Utility for on-line and off-line monitoring for equipments of RT-DAS system shall be provided.

4.4.1.1.4 System utilisation Monitoring Utility

Software should be provided in each server and workstation to monitor hardware and software resource utilisation continuously and gather statistics.

4.4.1.1.5 Other Utility Services

On line access to user and system manuals for all software/Hardware products (e.g., Operating System and Relational Database Software/hardware) and RT-DAS applications should be provided with the computer systems.

CHAPTER -5

HARDWARE REQUIREMENTS FOR RT-DAS

49

5.0 Introduction

This chapter articulates the hardware requirements for the RT-DAS system . The conceptual hardware configuration diagram of RT/DAS control centre is indicated in chapter1. The bidders are encouraged to optimise the hardware for servers where RT-DAS, FEP & INFORMATION STRORAGE RETRIVAL(ISR) applications can be combined or distributed in any combination with adequate redundancy. However quantity of servers shall be as per detailed bill of quantities for RT- DAS defined in Bill of Quantities. Bidder shall assess the adequacy of hardware specified in the BOQ & if any additional hardware is required to meet all the requirements of the technical specifications, the same shall also be included in the offer. The Bidder shall offer the minimum hardware configuration as specified here for various equipment, however if required, higher end hardware configurations shall be offered to meet all the requirements of the technical specification. The redundant hardware such as servers (Except development server), etc shall work in hot standby manner. IT infrastructure under R-APDRP for LAN/WAN, security & networking hardware shall be used. However, it is necessary to ensure that the functional requirements , availability & performance aspects are met as per RT-DAS specification. Bidder shall assess the adequacy of hardware & if any additional hardware is required to meet all the requirements of the technical specifications, the same shall also be included in the offer. Any additional item required to meet functional, performance and availability requirement shall be supplied without any additional cost to owner , if not included in the bid.

5.1 General Requirements for Hardware

All hardware shall be manufactured, fabricated, assembled, finished, and documented with workmanship of the highest production quality and shall conform to all applicable quality control standards of the original manufacturer and the Contractor. All hardware components shall be new and suitable for the purposes specified. All hardware such as computers, computer peripherals/accessories etc. and networking products proposed and implemented shall conform to latest products based on industry standard. All hardware shall be of reputed make.

All servers and workstations shall include self-diagnostic features. On interruption of power they shall resume operation when power is restored without corruption of any applications.

The hardware shall be CE/FCC or equivalent international standard compliance. The specification contains minimum hardware requirement. However, the contractor shall provide hardware with configuration equal or above to meet the technical functional & performance requirement. Any hardware /software that is required to meet functional, performance & availability requirement shall be provided by Contractor & the same shall be mentioned in the BOQ at the time of bid . If not mentioned at the time of bid, contractor shall provide the same without any additional cost to the owner The proposed system shall be designed for an open & scalable configuration, to ensure the inter-compatibility with other systems of the APDCL, the future smooth expansion as well as the easy maintainability. The proposed hardware configuration should be extended by adding either CPU processors / memory boards / disks etc in delivered units or additional units for capacity extension. . The configuration of the RT-DAS shall comprise a distributed computing environment with an open systems architecture. The system architecture shall be open internally and externally to hardware or application software additions, whether supplied by the original supplier of the RT- DAS or obtained from third party vendors, both for capacity expansion and for upgrading functionality, without affecting existing RT-DAS components or operation.

To be recognized as a true open computer system, all internal communications among the RT- DAS Servers and all external communications between the RT-DAS and other computer systems shall be based on widely accepted and published international or industry standards which are appropriate and relevant to the open systems concept or should have a field proven acceptance among utilities. This applies to the operating system, database management system,

50

and display management system, as well as to APIs providing standardized interfacing between System software and application software.

The contractor should ensure that at the time of final approval of hardware configuration/BOQ, all the above hardware are current industry standard models and that the equipment manufacturer has not established a date for termination of its production for said products. Contractor should also ensure that end of life and end of support for all the hardware supplied are at least 7 years beyond date of supply. Any hardware changes proposed after contract agreement shall be subject to the following: -

a) Such changes/updates shall be proposed and approval obtained from Employer along with the approval of Drawings/documents.

b) The proposed equipment shall be equivalent or with better features than the equipment offered in the Contract. c) Complete justification alongwith a comparative statement showing the original and the proposed hardware features/parameters including technical brochures shall be submitted to the Employer for review and approval.

d) Changes/updates proposed will be at no additional cost to the Employer. e) Changes/updates proposed due to end of life / OEM gone out of business / long delivery period etc. , but are not for any commercial benefit of contractor

5.2 Hardware Configuration

In this technical specification all hardware has been broadly classified as server and Peripheral device. The term "server" is defined as any general-purpose computing facility used for hosting RT-DAS, FEP & INFORMATION STRORAGE RETRIVAL(ISR) application functions as defined in the specification. The servers typically serve as the centralized source of data, displays and reports. Peripheral device includes Operator Workstations, WAN router, LAN, Printer, Time and Frequency synchronisation system, FRTU etc.

5.2.1 Servers The OEM of servers shall be member of TPC/SPECMARK . can be broadly classified into the following categories:

 RT-DAS  INFORMATION STRORAGE RETRIVAL(ISR)  FEP

The minimum hardware configuration of the servers along with TPC / Spec benchmark rating are shown in Annexure - II. (Bidder may provide hardware as per current industry trend subject to meeting functional, performance and availability requirements of the project /specification ):

The redundant FEP server shall be a functional unit that offloads the task of communication & pre processing between FRTUS & RT-DAS servers. All FRTU shall be connected to CFE through IEC 60870-5-104/101 link.. For any existing FRTU that are to be integrated, interface must be available to use existing protocols. Free slots shall be made available inside the FEP server, so as additional communication boards can be plugged-in to meet the network future expansion. Each channel shall be assigned a different protocol and the front-end shall be able to manage several protocols in parallel.

The redundancy of front-end servers shall allow handling of FRTUs connected either through single channel or redundant channels. In both cases, one FEP server shall be able to take control of all FRTUs channels. In order to meet network’s expansion behind the full capacity of a pair of FE

51

servers, it shall be possible to connect additional FE servers’ pairs to the LANs. Each communication line shall be able to support its own communication protocol. The CFE shall comply VPN / SSL based security for connecting with IEC 60870-5-104 &101 nodes on public networks. Further the nodes and FEP shall be self certified by manufacturers as NERC/CIP compliant or eqv international standard for cyber security to comply with future smart grid requirements.

All FEPs shall not have open ports other than needed for protocol traffic / RT-DAS traffic, and shall have an audit trace of all login attempts / connection attempts. This FEP shall exchange data through secured SSL / VPN and encryption of protocol traffic whether it is a is public network or a dedicated one. The equipment should take control command from designated Master IP address only and no other IP.

All FRTU shall be connected to the RT-DAS at data center.

FRTU Communication Card / Module shall support VPN / SSL Security / Encryption of data coming to it through Public network, and then send over private & secure Utility network to the RT-DAS at datacenter.

The FEP shall be able to process time – stamped data and can be directly connected to GPS device for time synchronization

A non- redundant server to host Developmental applications shall be provided

Workstation consoles for development system shall also be available with single monitor. Operator workstation consists of a console driving single/ dual monitors as defined in the BOQ. The user shall be able to switch the keyboard and cursor-positioning device as a unit between both monitors of console. The minimum hardware configuration of operator workstation and Display monitors are shown in Annexure - III

5.2.2 WAN router

Wan router shall be required for data exchange of RAPDRP IT-Data centre and FRTUs

The Routers shall be compatible with APDCL’s existing MPLS based Wide Area

5.2.3 Time and Frequency system

GPS based time facility, using Universal Time Coordination (UTC) source, shall be provided for time synchronization of RT-DAS. The time receiver shall include an offset adjustment to get the local time. It shall have propagation delay compensation to provide an overall accuracy of +1.5microsec. The GPS system shall have dual 10/100/1000Mbps LAN interface. The GPS receiver shall be provided in redundant configuration

The time receiver shall detect the loss of signal from the UTC source, which shall be suitably indicated. Upon loss of signal, the time facility shall revert to its internal time base. The internal time base shall have a stability of 2ppm or better.

The GPS system shall include digital displays for time and date in the format DDD:HH:MM:SS (the hour display shall be in 00 to 23 hour format)

GPS system shall also be used to drive separate time , day & date indicators which shall be wall mounted type. The display for time shall be in the 24-hour, HH:MM:SS format. The display for the day & date shall be xxx format (MON through SUN) & DD:MM:YYYY respectively. .

Contractor shall provide wall mounted type digital display units for time, day, date & frequency indication. The display of frequency shall be in the xx.xx Hz format. The frequency shall be derived from 230V AC supply.

52

Each digit on the time, day and frequency indicators shall be at least 7.5 cm in height and shall be bright enough for adequate visibility in the control room from a distance of 15 meters.

The offered GPS clock shall also provide at least one 2 MHz (75 ohm interface confirming to ITU-T G.703) synchronization interface to meet the time synchronization requirement of the communication system This interface shall confirm to the requirements specified in ITU-T G.811 for accuracy, jitter, wander etc. Alternatively, a separate GPS clock for synchronization of communication system is also acceptable.

5.2.4 Environmental Conditions

Equipment to be located in the DATA CENTRE building shall operate over an ambient temperature range of 16C to 32C, with a maximum rate of change of 5C per hour. Relative humidity will be less than 80% non-condensing..

5.2.5 Acoustic Noise Level

The noise level of any equipment located in the control room shall not exceed 60dbA measured at three feet from equipment especially for the printers.

CHAPTER 6

CONFIGURATION & SYSTEM AVAILABILITY

6.0 General

This chapter describes the requirement of monitoring and managing the RT-DAS system with regard to its configuration and availability under normal conditions and under hardware and software failure conditions.

6.1 System Redundancy

The RT-DAS system envisages some functions as critical functions and others as non- critical functions as defined in Chapters 1 and 2. The critical functions shall have sufficient hardware and software redundancy to take care of hardware or software failure condition whereas non-critical functions may not be provided with hardware and software redundancy.

The redundancy requirement for hardware of RT-DAS system shall be as follows:

(a) Servers: The servers Except development server (b) LAN and device interface: LAN shall be configured redundantly. (c) Printers: All Printers shall be non- redundant devices. (d) Operator workstations: These shall be configured as non-redundant devices. (e) Time and frequency system: The GPS receiver of time and frequency system shall be configured as a redundant device at RT-DAS at Data centre (f) WAN Router: The WAN router connected to dual LAN shall have channel redundancy.

Every critical function must be supported by sufficient hardware redundancy to ensure that no single hardware failure will interrupt the availability of the functions for a period exceeding the automatic transfer time.

Non-critical functions are those that support maintenance and development of database, application software No hardware redundancy is envisaged for these functions.

53

CHAPTER 7

TECHNICAL REQUIREMENTS OF FRTU

7.0 General

The Feeder Remote Terminal Unit (FRTU) for SAIFI /SAIDI measurement shall be installed at primary substation to acquire data from status input devices of breakers or protection relay viz O/C & E/F , CMRs , Multifunction Transducers (MFTs), discrete transducers for analog data The supplied FRTUs shall be interfaced with the substation equipment, communication equipment, power supply distribution boards; for which all the interface cables, TBs, wires, lugs, glands etc. shall be supplied, installed & terminated by the Contractor.

7.1 Design Standards

The RTUs shall be designed in accordance with applicable International Electro-technical Commission (IEC), Institute of Electrical and Electronics Engineer (IEEE), American National Standards Institute (ANSI), and National Equipment Manufacturers association (NEMA) standards, unless otherwise specified in this Technical specification. In all cases the provisions of the latest edition or revision of the applicable standards in effect shall apply. The FRTU shall be designed around microprocessor technology. For easy maintenance the architecture shall support pluggable modules on backplane. The field wiring shall be terminated such that these are easily detachable from the I/O module.

7.2 FRTU Functions

All functions described herein shall be provided by the Contractor even if a function is not initially implemented.

As a minimum, the FRTU shall be capable of performing the following functions:

(a) Acquiring analog values from Multifunction Transducers or alternatively through transducer- less modules (Usage of current loops 4-20Ma standard signals such as 0-5vdc etc ) , transducer etc (b) Status inputs of devices from the substation, processing and transmitting to Master stations. (b) Data transmission rates - 300 to 19200 bps for Serial ports for MODBUS. /10/100 mbps for TCP/IP Ethernet ports (d) IEC 60870-5-104 protocol to communicate with the Master station(s), IEC 60870-5-101 for slave devices. & MODBUS protocol over RS485 interface, to communicate with the MFTs. (e) Automatic start-up and initialisation following restoration of power after an outage without need of manual intervention. All restarts shall be reported to the connected master stations. Remote database downloading of FRTU from master stations (f) Act as data concentrator on IEC60870-5-101/104/MODBUS protocols (g) Internal battery backup to hold data in SOE buffer memory & also maintaining the time & date. (h) As the system will use public domain such GPRS/3G/4G etc, therefore it mandatory to guard the data/ equipment from intrusion/damage/breach of security & shall have SSL/VPN based security. (i) Shall have SNMP

Support Feature:

All support feature as mentioned below will not be used now & may require in future . However, the same shall be tested in routine /Factory Tests. Further, it should be possible to have following capabilities in the FRTU by way of addition of required hardware limited to addition of I/O modules & communication card only & using the same firmware at later date:

54

Receiving and processing digital commands from the master station(s)

7.3 Communication ports

. FRTU shall have two TCP/IP Ethernet ports for communication with Master station(s) using IEC 60870-5-104. . FRTU shall have required number of RS 485 ports for communication with MFTs to be connected in daisy chain using MODBUS protocol. . FRTU shall have one port for connecting the portable configuration and maintenance tool for FRTU. . SSL/VPN ,NERC/CIP compliant or equivalent international standards

It shall be possible to increase the number of communication ports in the FRTU by addition of cards, if required in future . 7.3.1 Master Station Communication Protocol

FRTU shall use IEC 60870-5-104 communication protocol for communicating to master station. The FRTU communication protocol shall be configured to report analogy (except energy values) & status changes by exception to master stations. However, RTU shall support periodic reporting of analog data and periodicity shall be configurable from 2 sec to 1 hour. Digital status data shall have higher priority than the Analog data. The feature of dead-band for reporting Analog value by exception shall be possible. All the analog values and status data shall also be assigned to scan groups for integrity check by Master stations at every 10 minutes configurable up to 60 minutes FRTU wise.

7.4 Analog Inputs

The real time values like, Active power, Reactive Power, Apparent power three phase Current & Voltage and frequency, power factor & accumulated values of import /export energy values will be acquired FRTU from MFTs installed in each 11kv feeder of substations

7.5 Status input

FRTU shall be capable of accepting isolated dry (potential free) contact status inputs. The RTU shall provide necessary sensing voltage, current, optical isolation and de-bounce filtering independently for each status input. The sensing voltage shall not exceed 48Vdc.

FRTU shall be set to capture contact operations of 20 ms or more duration. Operations of less than 20 ms duration shall be considered no change (contact bounce condition). The RTU shall accept two types of status inputs i.e. Single point Status inputs and Double point status inputs.

To take care of status contact chattering, a time period for each point and the allowable number of operations per time period shall be defined. If the allowable number of operations exceed within this time period, the status change shall not be accepted as valid

Single point status input will be from a normally-open (NO) or normally-closed (NC) contact which is represented by 1-bit in the protocol message.

The Double point status input will be from two complementary contacts (one NO and one NC) which is represented by 2-bits in the protocol message. A switching device status is valid only when one contact is closed and the other contact is open. Invalid states shall be reported when both contacts are open or both contacts are closed.

All status inputs shall be scanned by the FRTU from the field at 1 millisecond periodicity.

55

7.6 Sequence of Events (SOE) feature

To analyse the chronology or sequence of events occurring in the power system, time tagging of data is required which shall be achieved through SOE feature of FRTU. FRTU shall have an internal clock with the stability of 100ppm or better. The FRTU time shall be set from time synchronization messages received from master station using IEC 60870-5- 104 protocol. In addition, the message can be transmitted using NTP/SNTP. SOE time resolution shall be 10ms or better

The FRTU shall maintain a clock and shall time-stamp the digital status data. Any digital status input data point in the FRTU shall be assignable as an SOE point. Each time a SOE status indication point changes the state, the FRTU shall time-tag the change and store in SOE buffer within the FRTU. A minimum of 1000 events can be stored in the SOE buffer. SOE shall be transferred to Master Station as per IEC 60870-5-104 protocol. SOE buffer & time shall be maintained by FRTU on power supply interruption.

7.7 Contact Multiplying Relays (CMRs)

Contact Multiplying Relays (CMRs) are required to multiply the contacts of breaker, isolators and protection relays etc. The contacts of these relays shall be used to provide status inputs to the FRTUs.

The relays shall be DC operated self reset type. The rated voltage for relay operation shall be on 24/48/110/220V DC depending on the station DC supply. The relay shall be able to operate for +/-20% variation from nominal voltage.

The relay shall have a minimum of two change over contacts, out of which one shall be used for telemetry purposes. The contacts shall be rated to carry minimum current capacity of 5A.

The relay shall conform to following requirement.

a) Power Frequency withstand voltage–2KV for 1 minute as per IEC 255-5. b) Insulation Resistance of 100M ohms measured using 500V DC megger. c) 5KV Impulse test as per IEC 255-5

The relays coils shall be shunted with diodes to suppress inductive transients associated with energizing and de-enegizing of the relay coils. The relays shall conform to the IEC 255-1-00 and IEC 255-5 requirements. The relays must be protected against the effects of humidity, corrosion & provide with a dust tight cover. The connecting terminals shall be screw type & legibly marked. The relays may optionally have a visual operation indicator. The relays shall be equipped with suitable mounting arrangements .In case suitable space is not available in C&R panel the same shall be mounted in RTU panel or suitable panels , which shall be supplied & mounted on the top of the C&R panel by the contractor.

7.8 Time facility

The internal RTU time base shall have a stability of 10 ppm. The RTU shall be synchronised through synchronisation message from master station at every 15 minutes (configurable from 15 minutes to 24hrs) over IEC 60870-5-104/101/NTP/SNTP. The RTU shall also carry out time stamping of the events which are not received as time stamped from connected IEDs/MFTs etc.

7.9 Diagnostic Software

56

Diagnostic Software shall be provided to continuously monitor operation of the FRTU and report FRTU hardware errors to the connected master stations. The software shall check for memory, processor, and input/output ports errors and failures of other functional areas defined in the specification of the RTU.

7.10 Input DC Power Supply

The FRTU will be powered from a 48 V DC power supply system. The FRTU shall not place additional ground on the input power source. The characteristics of the input DC power supply shall be

(a) Nominal voltage of 48 Vdc with variation between 40.8 and 57.6 Vdc.(i.e. 48(+20%/-15%) (b) Maximum AC component of frequency equal to or greater than 100 Hz and 0.012 times the rated voltage peak-to-peak.

The FRTU shall have adequate protection against reversed polarity, over current and under voltage conditions, to prevent the FRTU internal logic from being damaged and becoming unstable causing mal-operation. The specification for DCPS is given in respective section of MTS.

7.11 Environmental Requirements

The FRTU will be installed in control room buildings with no temperature or humidity control. The RTUs shall be capable of operating in ambient temperature from 0 to +55 degree C with rate of temperature change of 20 degree C/hour and relative humidity less than 95%, non-con- densing. For FRTUs to be installed in the hilly region with the history of snowfall, the lower ambient temperature limit shall be -5 degree C.

7.12 FRTU Size and Expandability

FRTU shall be equipped for the point counts defined in the BOQ (Basic+20% spare (wired & hardware). It shall be possible to expand the FRTU capability for additional 100 % of the basic point counts by way of addition of hardware such as modules, racks, panels, , however, FRTU software and database shall be sized to accommodate such growth without requiring software or database regeneration.

7.13 FRTU Panels

At least 50% of the space inside each enclosure shall be unused (spare) space that shall be reserved for future use. The Contractor shall provide required panels conforming to IEC 529 for housing the FRTU modules/racks, relays etc. and other required hardware. The panels shall meet the following requirements:

(a) shall be free-standing, floor mounted and height shall not exceed 1200 mm. All doors and removable panels shall be fitted with long life rubber beading. All non load bearing panels/doors shall be fabricated from minimum 1.6 mm thickness steel sheet and all load bearing panels, frames, top & bottom panels shall be fabricated from minimum 2.0 mm thickness steel sheet

(b) shall have maintenance access to the hardware and wiring through lockable full height doors.

(c) shall have the provisions for bottom cable entry

57

(d) The safety ground shall be isolated from the signal ground and shall be connected to the ground network. Safety ground shall be a copper bus bar. The contractor shall connect the panel’s safety ground of to the owner’s grounding network. Signal ground shall be connected to the communication equipment signal ground.

(e) All panels shall be supplied with 230 Vac, 50 Hz, single-phase switch and 15/5A duplex socket arrangement for maintenance.

(f) All panels shall be provided with an internal maintenance lamp, space heaters and gaskets.

(g) All panels shall be indoor, dust-proof with rodent protection, and meet IP41 class of protection.

(h) There shall be no sharp corners or edges. All edges shall be rounded to prevent injury.

(i) Document Holder shall be provided inside the cabinet to keep test report, drawing, maintenance register etc.

(j) All materials used in the enclosures including cable insulation or sheathing, wire troughs, terminal blocks, and enclosure trim shall be made of flame retardant material and shall not produce toxic gasses under fire conditions.

7.14 Wiring/Cabling requirements

The FRTU panels shall gather all signals from and to the devices located in the substation control room. All wires that carry low-level signals shall be adequately protected and separated as far as possible from power wiring. All wires shall be identified either by using ferrules or by colour coding. In addition, cables shall be provided with cable numbers at both ends, attached to the cable itself at the floor plate where it enters the cubicles.

Shielded cables shall be used for external Cabling from the RTU panels. The external cables (except communication cables) shall have the following characteristics:

a) All cables shall have stranded copper conductor.

b) Minimum core cross-section of 2.5 mm2 for PT cables, 4 mm2 for CT cables, if applicable and 2.5 mm2 for Control and Status inputs

c) Rated voltage Uo/U of 0.6/1.1KV

d) External sheathing of cable shall have oxygen index not less than 29 & temperature index not less than 250. Cable sheath shall meet fire resistance test as per IS 1554 Part- I.

e) Shielding, longitudinally laid with overlap.

f) Dielectric withstand 2.5 kV at 50 Hz for 5 minutes

g) External marking with manufacture's name, type, core quantity, cross-section, and year of manufacture.

Armoured. Cables shall be used in the area where cable will pass through open area which may experience loading. The Communication cable shall be of shielded twisted pairs and of minimum 0.22sq mm size.

7.15 Terminal Blocks (TBs)

58

Terminal blocks shall be having provision for disconnection (isolation), with full-depth insulating barriers made from moulded self-extinguishing material. Terminal blocks shall be appropriately sized and rated for the electrical capacity of the circuit and wire used. No more than two wires shall be connected to any terminal. Required number of TBs shall be provided for common shield termination for each cable.

All terminal blocks shall be suitably arranged for easy identification of its usages such as CT circuits, PT circuits, analog inputs, status inputs, control outputs, auxiliary power supply circuits, communication signals etc. TBs for CT circuits shall have feature for CT shorting (on CT side) & disconnection (from load side) to facilitate testing by current injection. Similarly, TBs for PT circuit shall have feature for disconnection to facilitate voltage injection for testing. 10% spare TBs should be provided.

7.16 FRTU Architecture

a) Centralized FRTU design where all I/O modules are housed in FRTU panels and communicating with master station through communication port.

7.17 MFT Requirements:

All transducers including weather sensor shall use a 48 Vdc auxiliary power supply as provided for the FRTU. Optionally, MFTs can also be self powered. All transducers shall have a maximum power consumption of 10 watts. Transducer shall be din rail or wall/plate mounted.

The input, output and auxiliary circuits shall be isolated from each other and earth ground. The transducer output shall be ungrounded and shall have short circuit and open circuit protection. The transducers shall comply to the following requirements, in addition to the requirement of IEC 60688, without damage to the transducer. (a) Voltage:

Voltage test and other safety requirement compliance as specified in IEC 60688 or 60687and IEC 414.

(b) Impulse Withstand:

IEC 60688 or 60687 compliance is required.

(c) Electromagnetic Compatibility:

IEC 60688 or 60687 and IEC 801-3, level 1 compliance is required.

(d) Permanent Overload Protection:

IEC 60688 or 60687 compliance is required.

(e) Temporary Overload Protection:

IEC 60688 or 60687 compliance is required.

(f) High Frequency Disturbance:

IEC 60688 or 60687 compliance is required.

The transducers shall comply with the following general characteristics:

59

(a) Shock Resistance:

Minimum severity 50 A, IEC 68-2-27 requirements

(b) Vibration Strength:

Minimum severity 55/05, IEC 68-2-6 requirements.

(c) Input Circuit Consumption:

Less than or equal to 0.2 VA for voltage and 0.6VA for current circuits.

(d) Reference Conditions For Accuracy Class:

IEC 60688 or 60687compliance is required.

(e) Temperature Rise: IEC 60688 or 60687 compliance is required.

(f) Operating Temperature:0 oC to + 60 oC ( -5 oC to + 55 oC for project area with snowfall history)

The contractor shall provide the multi function transducers for acquiring the real time analog inputs through 3 phase 3 wire CT/PTs circuits/ 3 phase 4 wire CT/PTs circuits (Based on the field requirement). Based on the CT/PT secondary rating , the multi function transducer shall be designed for nominal 110 V (Ph-Ph voltage) and 1A/5A (per phase current). The MFT shall be suitable for 20% continuous over load and shall be able to withstanding 20 times the normal current rating for a period one second. The MFT shall be able to accept the input voltages upto 120% of the nominal voltage. The MFT shall have low VA burden. MFTs shall be mounted in the FRTU panel / interface cabinet to be supplied by the contractor.

Multi function transducers shall provide at least phase voltage, phase current active/reactive power , import & export energy (active & reactive) , pf , frequency with class 0.5 accuracy or better.

The parameters to be acquired from multifunction transducers shall be selectable. MFT shall provide the 15 minute values (configurable 15 minute/1 hour) of Active Energy Import, Active Energy Export, Reactive Energy Import and Reactive Energy Export.

Multi function transducers shall accept nominal 48 V DC as auxiliary power supply. Optionally, MFT can be self-powered also. Multi function transducer shall be provided with RS485 interface to communicate with RTU over Modbus protocol in multi-drop mode. Optionally, the MFT with IEC60870-5-101/104 can be used.

The MFTs shall be suitable for mounting on DIN rails. The MFT terminals shall accept upto two 2.5 mm2 / 4 mm2 for PT/CT circuit terminations as applicable.

The MFT shall be programmable with password protection thru suitable facia mounted key pad arrangement so that the configuration parameters such as CT

7.18 TEST EQUIPMENTS FOR FRTU

Test equipment for FRTU shall have Configuration and maintenance tool consisting of the followings:

60

7.18.1 FRTU Data base configuration & Maintenance software tool

The FRTU database configuration & Maintenance software tool shall be required to perform the database modification, configuration, compilation and documentation. The database compiler shall provide error detection services. It shall also perform the downloading of the compiled database into the FRTU database.

7.18.1.1 Master station-cum- FRTU simulator & protocol analyzer software tool

The Master station cum FRTU simulator tool shall be used to test the communication interfaces of Master station, FRTU and Electronic MFT. The Master station simulator tool shall be capable of emulating the master station for IEC 60870-5-104,101 and MODBUS protocols. The FRTU simulator shall be capable of emulating the slave protocols for both the IEC 60870-5-104,101, and MODBUS protocols for MFTs. It shall also be possible to prepare illegal messages for transmission, such as messages having invalid checksum.

The protocol analyser shall be used to monitor all communication traffic on a channel (between Master station & FRTU and between FRTU & MFT without interfering channels operation. Channel traffic captured in the active or passive modes of operation shall be displayed.

The Master station simulator and protocol analyser tool shall also have following features:

 Each received message shall be checked for validity, including the check sum.  The tool shall maintain and display error counters so that the number of errors during a period of unattended testing can be determined.  All fields of a message shall be displayed. A pass/fail indication for the message shall be included.

A laptop PC shall be used for the above mentioned software tools. The laptop PC shall be provided with all hardware accessories including cables, connectors etc. required for interfacing with Master station, FRTU and MFT. A suitable Hub shall be provided to use the tool in monitor mode. A carrying case and a suitable power adaptor (input 230VAC, 50Hz) for laptop PC shall also be supplied.

7.19 FRTU Testing

This chapter describes testing, training & documentation requirement for /FRTU

7.19.1 Type Testing:

FRTU including Transducers shall conform to the type tests listed in the relevant table. Type test reports of tests conducted in NABL accredited Labs or internationally accredited labs within last 5years from the date of bid opening may be submitted. Incase, the submitted reports are not as per specification, the type tests shall be conducted without any cost implication to employer. A complete integrated unit shall be tested to assure full compliance with the functional and technical requirements of the Specification. The testing sample shall include one of each type of cards/modules and devices. The list of Type tests to be performed on the FRTU is mentioned in Table-1 & type test requirements are mentioned in Table-2 of this chapter. For other items also such as MFT, sensor etc the requirements are mentioned in the respective sub sections of specification.. However, the type tests shall only be limited to the specification of that item only & not as specified for RTU/FRTU.

7.19.2 Routine Testing or Factory acceptance test (FAT):

Each complete unit shall undergo routine testing. The list of Routine tests to be performed in the factory is mentioned in Table-2.

61

Site Acceptance Test (SAT)

7.19.2.1 Field Tests

After FRTU panel installation, interface cabling with field & communication equipment, the Contractor shall carry out the field-testing. The list of field tests for FRTU is mentioned in Table-2

7.19.2.2 Availability Tests

After field testing, FRTU shall exhibit a 98% availability during test period. Availability tests shall be performed along with Master station. FRTU shall be considered available only when all its functionality and hardware is operational. The non-available period due to external factors such as failure of DC power supply, communication link etc., shall be treated as hold-time & availability test duration shall be extended by such hold time.

7.20 TRAINING

The contractor shall provide training to the Employer’s personnel. The training program shall be comprehensive and provide for interdisciplinary training on hardware and software. The training program shall be conducted in English. FRTU training course shall cover the following:

a) FRTU operation including data flow. b) Troubleshooting, identification and replacement of faulty Modules. c) Preventive maintenance of the FRTU d) Use of FRTU configuration and Maintenance tool e) All functional and Diagnostic testing of FRTU f) Database modification and configuration of FRTU

7.21 DOCUMENTATION

The Contractor shall submit 3 sets of all the standard and customised FRTU documents for review and approval which includes the following:

a) FRTU Function design document b) FRTU Hardware description document & all the documents referred therein to meet all the clauses of the specification. c) FRTU Test equipment user documents d) FRTU user guide e) FRTU Operation & Maintenance document f) FRTU Training documentation g) FRTU database document h) FRTU point list i) FRTU Test procedures j) Data Requirement Sheet (DRS) of all items k) Protocol documentation including implementation profile etc. l) FRTU installation and Layout, GA, BOQ, schematics and internal wiring drawings for each FRTU site m) FRTU to field device cabling details for each FRTU site

After approval of all the above documents, the Contractor shall submit three sets as final documents. In case some modifications/corrections are carried out at site, the contractor shall again submit as built site-specific drawings in three sets after incorporating all such corrections as noticed during commissioning of the FRTU.

62

Table-1 List of Tests on FRTU

Test Type Routine Field DESCRIPTION OF THE TEST Nos. test test test A FUNCTIONAL TESTS FOR FRTU 1. Check for BOQ, Technical details, Construction & Wiring as per FRTU drawings √ √ √ 2. Check for database & configuration settings √ √ √ 3. Check the operation of all Analog inputs, Status input & of FRTU √ √ √ 4. Check operation of all communication ports of /FRTU √ √ √ Check for communication with master stations including remote database √ √ 5. downloading from master station 6. Check for auto restoration of FRTU on DC power recovery after its failure √ √ 7. Test for self diagnostic feature √ √ 8. Test for time synchronization from Master √ √ 9. Test for SOE feature √ √ 10. End to end test (between FRTU & Master station) for all I/O points √ Test for MODBUS protocol implemented for acquiring data from MFT/ transducers √ √ 11. and updation time demonstration in daisy chain configuration 12. Test for IEC 60870-5 -104,101 protocol implemented √ √ 13. Test for supporting other protocol √ 14. Test for operation with DC power supply voltage variation √ 15. Test for internal Clock stability √ 16. Test for Noise level measurement √ 17. Test for Control Security and Safety for Control outputs √ 18. Test for functionality/parameters verification of , CMRs & Heavy duty trip relays √ √ √ 19. Test for data concentrator √ 20. Test for SOE buffer & time data back up √ Other functional tests as per technical specification requirements including features in √ 21. support/ capability (for future) 22. Test for DCPS of FRTU √ 23. Test for compliance of standards for bought items viz. CMRs, MFT, retc √ 24. Test for functionality/parameters for bought items viz. CMRs, MFT, retc √ 25. Test for test tools √ √ B EMI/EMC IMMUNITY TESTS FOR RTU/FRTU 26. Surge Immunity Test as per IEC 60870-2-1 √ 27. Electrical Fast Transient Burst Test as per IEC-60870-2-1 √ 28. Damped Oscillatory Wave Test as per IEC 60870-2-1 √ 29. Electrostatic Discharge test as per IEC 60870-2-1 √ 30. Radiated Electromagnetic Field Test as per IEC 60870-2-1 √ 31. Damped Oscillatory magnetic Field Test as per IEC-60870-2-1 √ 32. Power Frequency magnetic Field Test as per IEC-60870-2-1 √ C INSULATION TEST FOR RTU/FRTU 33. Power frequency voltage withstand Test as per IEC 60870-2-1 √ 34. 1.2/50 μs Impulse voltage withstand Test as per IEC 60870-2-1 √ 35. Insulation resistance test √ D ENVIRONMENTAL TEST FOR RTU/FRTU 36. Dry heat test as per IEC60068-2-2 √ 37. Damp heat test as per IEC60068-2-3 √ Note: 1) Test levels for above type tests mentioned in B, C & D above are elaborated in Table 2 of this Chapter 2) Contractor can provide test certificates for the type tests mentioned in B,C,D & supporting protocols from Govt of India/NABL/International accredited Labs. If not provided, the same needs to conducted at Govt of India/NABL/International accredited Labs

63

3) Transducer type test requirements are mentioned in the respective sub section of specification.

Table--2 FRTU Type Test Requirements

Test Test Name EUT Test Power Supply Points I/O Points Passing Nos. Status Level CM DM CM Criteria 26 Surge Immunity Test ON Level 2 kV 1 kV 2 kV A 3 27 Electrical Fast Transient ON Level 2 KV - 1 kV A Burst Test 3 28 Damped Oscillatory ON Level 2.5 kV 1 kV 2.5 kV A Wave Test 3 29 Electrostatic Discharge ON Level +/- 6 kV in Contact discharge mode or A Test 3 +/- 8 kV in Air discharge mode 30 Radiated Electromagnetic ON Level 10 /m electric A Field Test 3 field strength 31 Damped Oscillatory ON Level 30 A/m at 1MHz of magnetic field A Magnetic Field Test 3 strength 32 Power frequency ON Level 30 A/m of magnetic field strength A magnetic field 3 (Continuous duration sine wave) 33. Power frequency voltage OFF - 1 KVrms for 1 minute No break withstand down or flashover shall occur 34 1.2/50μs impulse voltage OFF - No break withstand down or 2 kVp flashover shall occur 35 Insulation Resistance OFF - Measure Insulation resistance using 500 As per Test V DC Megger before & after Power manufactu Freq & Impulse voltage withstand tests rer standard 36 Dry heat test ON - Continuous operation at 550 C for 16 hrs 0 37 Damp heat test ON - at 95% RH and 400 C 0 Note:- 1. EUT - Equipment Under Test 2. CM - Common Mode; DM - Differential mode 3. I/O pints do not include Communication ports 4. Passing Criteria 0 - no failure: normal performance within the specified limits A : minor failure : temporary degradation or loss of function or performance which is self-recoverable

7.22 DC POWER SUPPLY SYSTEM

The DC Power Supply system shall be capable of meeting the load requirements for various Telecom equipments, FRTUs and other associated equipment located at indoor, i.e. at the substations,. the AC

64

input to the DCPS system shall be single phase AC which will be provided from the existing system. At these locations the class B & C level of surge protection (between phase-neutral and neutral – protective earth) as specified under IEC 61312, IEC 61024 and VDE 0100-534 shall be installed in the DCPS system. Surge protection devices shall be installed in the DCPS panel to provide adequate protection against current and voltage transients introduced on input AC due to load switching and low energy lightning surges. 7.22.1 General Technical Requirements for SMPS based DC power supply units

SMPS based DC power supply system is to be used in Auto Float-cum-Boost Charge mode as a regulated DC Power source. DCPS system is to be installed indoors and shall be provided with IP21 panels. The System shall consist of the following:

(a) SMPS modules (b) Controller module to control and monitor all DCPS modules.

The number and rating of SMPS modules shall be provided as per the Employer’s requirements stipulated in the BOQ. The Panel, Distribution/Switching arrangement shall be provided for the ultimate system capacity. Ultimate System capacity is defined as 150% of the present capacity specified. The ultimate capacity is over and above the requirement of redundancy wherever specified. All factory wiring for the panel shall be for the ultimate capacity so that only plugging-in of SMPS module shall enhance the DC power output. The size of fuses, MCBs, switch, bus etc shall be suitable for the ultimate capacity. The system shall be sufficiently flexible to serve any load depending on manufacturer’s design, rating and number of SMPS modules used in panel and system configuration. To cater for higher load requirements, same type of SMPS modules mounted in the same rack or different racks shall be capable of working in parallel load sharing arrangement. The DCPS system shall be suitable for operation from single phase A.C. mains.

7.22.2 Operational/Component Requirements

The basic modules shall operate at specified ratings and conform to requirements stipulated in this specification. The DCPS system shall meet requirement of the latest TEC specification / IEC/BS for other parameters not specified in this specification. The component parts of the equipment shall be of professional grade of reputed manufacturer to ensure prompt and continuous service and delivery of spare parts. The component shall confer to relevant IEC/IS standards. The contractor shall obtain Employers approval of major component before procurement of the same. Conceptual diagram is for DCPS is shown in figure 4-2. The DCPS shall be suitable for operation at ambient temperature of 0-50 deg and relative humildities up to 95 %.

65

FIG. 4-2 : CONCEPTUAL CONFIGURATION OF DC POWER SUPPLY (DCPS) SYSTEM

SOURCE’ (1-PH AC)

Ph. N

+ve -ve Feeder CLASS ‘B’ & ‘C’ SPDS SMPS Modules #1 Switch Feeder -ve #2 1 +ve Feeder #3 Feeder #4 2 -ve

) +ve

)

H

P

N

(

(

E

L

S

A

A

R

H

T P

U Battery Feeder E

N #10

N+2 -ve +ve Earth

66

7.23 System and Panel Configuration

The mechanical and electrical requirements of the Panel are described as below:

7.23.1 System Configuration

The SMPS modules shall be accommodated in panels. The system shall employ a modular configuration to provide flexibility, keeping in view the future load requirements of DC Power. The system shall be configured for ultimate capacity. The control, Monitoring, Alarm arrangement and DC & AC distribution shall be provided suitably in the panel.

The number of SMPS modules to be provided in the DCPS system shall be provided in N+ 2 configurations, where N is the number of SMPS modules to meet the battery charging current (10% of C10 AH Capacity) of the offered battery plus the load requirement stipulated in the BOQ. The current rating of each module shall be considered as output current of the SMPS module at nominal voltage (48V).

It shall be possible to easily mount/remove the modules from the front side of the panel. The SMPS modules/SMPS module sub-racks shall be designed to slide into the panels and fixed securely by a suitable mechanical arrangement.

7.23.2 Constructional Features of Panel

Panel (Enclosure) shall be freestanding type of design. Cable entry shall be from the bottom/top of the enclosures (to be finalized during detailed engineering). The enclosures shall not have doors that are wider than 80 cm and doors shall be hinged with locking as per standard design of the manufacturer. Keyed locking is required with identical keys for all enclosures. The enclosures shall not exceed 120 cm in height. The thickness of the structural frames and load bearing members shall be minimum 2.0 mm and for others shall be minimum 1.5 mm. The panels/boards shall be equipped with necessary cable gland plates. The Contractor shall state the type, size, and weight of all enclosures and indicate the proposed manner of installation.

Wiring within panel shall be neatly arranged and securely fastened to the enclosure by non- conductive fasteners. Wiring between all stationary and moveable components, such as wiring across hinges or to components mounted on extension slides, shall allow for full movement of the component without binding or chafing of the wire. Conductors in multi conductor cables shall be individually colour coded, and numbered at both ends within enclosures.

The enclosures shall be painted inside and outside. The finish colour of all enclosures shall be an aesthetically pleasing and shall be approved by the owner. Further, finish colour of external surfaces shall be preferably of same colour for all enclosures/panels.

Maintenance access to the hardware and wiring shall be through lockable, full height, from doors.

Each panel shall be supplied with 240 VAC, 50Hz single-phase sockets with switch and lighting lamp for panel illumination.

The manufacturer so as to ensure the uninterrupted use of the equipment shall do proper thermal engineering of hardware design. The Panel shall be designed to allow cooling preferably by natural convection. The Bidders shall submit detail design of proposed Panel/enclosure and heat dissipation calculations during detailed engineering. Forced cooling is permitted (DC Fans are permitted in the Panel or SMPS module) for equipment mounted indoors (buildings/rooms/shelters). If cooling is provided at Panel level it shall be provided with additional fan with facility for manual switch over. Proper filtering shall be provided to control dust ingress. There shall be an arrangement for automatic Switching-OFF of fans during AC input failure. The required individual modules may be separated by air baffle to provide effective convection. The manufacturer shall also ensure that the failure of fan does not cause any fire hazards. The failure of any of the fans shall draw immediate attention of the maintenance staff.

67

7.23.3 Electrical Requirements:

7.23.3.1 AC input supply: The nominal input frequency is 50 Hz, which may vary from 47.5- 52.5Hz. The input voltage shall be single phase (Nominal 240V) varying from 190V to 265V.

There shall be an automatic arrangement for shutting off of the SMPS module whenever the input voltage is beyond the specified operating limits with suitable alarm indication. The SMPS module shall resume normal working automatically when the input is restored within the working limits. Hysteresis within specified working limits shall not cause shutting down of the SMPS. A tolerance of ±5V may be acceptable for protection & alarm operation.

7.23.3.2 DC output Characteristics of Modules

The module shall be capable of operating in “Auto Float-cum-Boost Charge” mode depending on the condition of the battery sets being sensed by the Control unit.

(a)The float voltage shall be continuously adjustable & pre-settable at any value in the range of – 48 to –56V either at the module or may be set from the common controller configuration. Further, the prescribed float voltage setting shall be based on recommendations of the VRLA battery supplier.

(b)In Boost charge mode SMPS shall supply battery & equipment current till terminal voltage reaches set value, which is normally 2.3V/cell (55.2V) or as recommended by the VRLA battery supplier & shall change over to constant voltage mode

(c) The DC output voltage variation shall not be more than 2% for load variation from 25% load to full load.

7.23.3.3 Current Limiting (Voltage Droop)

The current limiting (Voltage Droop) shall be provided in DCPS modules in float and boost charge modes of operation. The float/boost charge current limiting shall be continuously adjustable between 50 to 100% of rated output current for output voltage range of –44.4 volts to –56 Volts.

The float and boost charge current limit adjustment shall be provided in the DCPS system. The SMPS modules shall be fully protected against short circuit. It shall be ensured that short circuit does not lead to any fire hazard.

7.23.3.4 Soft/Slow Start Feature:

Soft/Slow start circuitry shall be employed such that SMPS module input current and output voltage shall reach their nominal value within 10 seconds.

The maximum instantaneous current during start up shall not exceed the peak value of the rectifier input current at full load at the lowest input voltage specified.

7.23.3.5 Voltage overshoot/Undershoot:

The requirements of (a) to (c) given below shall be achieved without a battery connected to the output of SMPS module.

(a) The SMPS modules shall be designed to minimise DC output voltage Overshoot/Undershoot such that when they are switched on the DC output voltage shall be limited to ± 5% of the set voltage & return to their steady state within 20 ms for load variation of 25% to 100%.

(b) The DC output voltage overshoot for a step change in AC mains as specified in clause 4.3.12

68

Electrical Requirements shall not cause shut down of SMPS module and the voltage overshoot shall be limited to ± 5% of its set voltage and return to steady state within 20ms.

(c ) The modules shall be designed such that a step load change of 25 to 100% and vice versa shall not result in DC output voltage Overshoot/Undershoot of not more than 5% and return to steady state value within 10 ms without resulting the unit to trip.

7.23.3.6 Electrical Noise:

The Rectifier (SMPS) Modules shall be provided with suitable filter at output with discharge arrangements on shut down of the modules. The Psophometric Noise and ripple shall be as per relevant standards.

7.23.3.7 Parallel Operation:

SMPS modules shall be suitable for operating in parallel with one or more modules of similar type, make and rating, other output conditions remaining within specified limits.

The current sharing shall be within ± 10% of the average current per rectifier module individual capacity of each rectifier module in the system (mounted in the same or different Panels) when loaded between 50 to 100% of its rated capacity for all other working conditions.

7.24 Protection

The SMPS module, which has failed (for any reason) shall be automatically isolated from the rest of the modules and an alarm shall be initiated for the failure.

7.24.1 DC Over voltage protection

DCPS shall be fitted with an internal over voltage protection circuit.

In case output DC voltage exceeds –57V or as per the recommendations of the manufacturer of batteries, the over voltage protection circuit shall operate & shut off the faulty module. A tolerance of ± 0.25V is permitted in this case.

Shutting off of faulty SMPS module shall not affect the operation of other SMPS modules operating in the Panel. Operation of over voltage shut down shall be suitably indicated and extended monitoring/control unit. The circuit design shall ensure protection against the discharge of the Battery through the SMPS module in any case. The over voltage protection circuit failure shall not cause any safety hazard.

7.24.2 Fuse/Circuit Breakers Fuses or miniature circuit breakers (MCB) shall be provided for each SMPS module as follows: 1. Live AC input line 2. Control Circuit All fuses/circuit breaker used shall be suitably fault rated.

7.24.3 AC Under/Over Voltage Protection

AC input Under/Over voltage protection shall be provided as per Electrical Requirements.

7.24.4 Over Load/Short Circuit Protection

The SMPS shall be protected for Over load/Short circuit as per clause 7.23.3.3 Current Limiting (Voltage Drop).

69

7.24.5 Alarms and indicating lamps

Visual indications/display such as LEDs, LCDs or a combination of both shall be provided on each SMPS module for detection of SMPS module failure.

7.25 Termination

Suitable termination arrangements shall be provided in the panel for termination of inter cubicle cables from other equipment such as owners ACDB, Telecom and other associated equipments and alarm cables. All the termination points shall be easily accessible from front and top. AC and DC terminals shall be separated by physical barriers to ensure safety. All the terminals except AC earth shall be electrically isolated.

7.25.1 Terminations

All terminations including through MCBs shall be through lock and screw type terminations. Load and batteries shall be connected to DCPS through appropriate MCBs. The isolation of any of the battery from the load shall create an alarm. DC distribution shall be provided with adequate no of feeders (with three no of spare) with appropriate MCBs (6 Amp thru 32 Amp) for termination of the loads. Actual rating of the MCBs and no of feeders shall be finalized during the detail engineering.

DC distribution may be done either on wall mounted panel or on the DCPS panel. The proper rated MCB shall be provided at the combined output of the SMPS modules (if not provided at each SMPS module). All the AC, DC and Control/alarm cabling shall be supplied with the Panel. All DC +ve and –ve leads shall be clearly marked. All conductors shall be properly rated to prevent excessive heating.

7.26 Power Cables

All power cables shall be stranded copper conductor XLPE/PVC insulated and PVC sheathed, single core/two core/three core/four core, 1100V grade as per IS 1554 Part-I.

7.26.1 Earthing Cables

Earthing cables between equipment and grounding bus bars shall be minimum size 70 mm2 stranded conductors copper/copper strip, rated at 300 volts. All hinged doors shall be earthed through flexible earthing braid. Signal and Safety earthing shall be provided separately.

7.27 Alarms

Following Visual indications/display such as LEDs, LCDs or a combination of both shall be provided to indicate :

Functional Indications for local monitoring:

a) Mains available (not mandatory if provided at module level) b) DCPS/SMPSs in Float c) DCPS/SMPSs in Charge Mode

Alarm Indication for local monitoring:

a) Load Voltage High /Low b) DCPS module/SMPS fail c) Mains out of range d) System Over Load e) Mains “ON”/Battery Discharge f) Temp. Compensation fail

70

g) Battery fail/isolated

All the protections/alarms shall be within tolerance of 0.25V in case of DC voltage, 1% in case of DC current and ± 5V for AC voltage

Alarm Indication for remote monitoring:

a) Input AC mains supply fail alarm b) Battery low voltage (Pre cut off) alarm c) DCPS module fail

Potential free Contacts in two numbers for each of the above remote monitoring alarms (one for remote alarm interfaced through RTU and one redundant for local monitoring at suitable location) shall be provided. All these potential free contacts are to be wired and terminated at the suitable location for termination to RTU.

7.28 Temperature Compensation for Battery

There shall be provision for monitoring the temperature of battery and consequent arrangement for Automatic temperature compensation of the SMPS output voltage to match the battery temperature dependant charge characteristics. The output voltage of the rectifier in Float/Charge operation shall decrease or increase at the rate of 72 mV (24 cell battery) per degree increase or decrease in temperature over the set voltage or as may be recommended by the VRLA Battery supplier. The output voltage shall decrease till the open circuit voltage of the battery is reached. The open circuit voltage range shall be settable between 2.1V/cell to 2.2V/cell. The increase in output voltage due to decrease in temperature has been taken care of by the tripping of the unit due to output voltage high (57V) protection. Failure of temperature compensation circuit including sensors shall create an alarm and shall not lead to abnormal change in output voltage.

7.29 Digital Meters/Display Unit

There shall be provision to monitor the following parameters through digital meters or digital display units:

(a) Input AC voltage. (b) Out put DC voltage (c) Output DC current of charger (d) Battery current (e) Load current.

1 The Digital display of meters or display unit shall be with minimum 3 /2 digital display of height 12mm and shall have an accuracy 1.5% or better.

7.30 Type Testing of DCPS

The contractor shall supply DCPS System, which was already type tested. The test reports for immunity, Emission and surge must be in accordance with relevant IEC/CISPR standards shall be submitted . The Contractor shall submit the DCPS type test reports of earlier conducted tests on the same make, model, type & rating which shall include the following tests. For type testing requirements in addition to provisions of chapter 8 is also to be complied.

Type Tests on DCPS

1 Surge immunity (Level 4- as per IEC 61000-4-5) 2 Electrical Fast Transients/Burst (Level 4 – as per IEC 61000-4-4) 3 Electrostatic Discharge (Level 4 – as per IEC 61000-4-2) 4 Radiated Electromagnetic Field (Level 3 – as per IEC 61000-4-3) 5 Conducted disturbances induced by radio-frequency field

71

(Level 3 – as per IEC 61000-4-6) 6 Damped oscillatory magnetic field (Level 3 – as per IEC 61000-4-10) 7 Voltage dips, short interruptions and voltage variations (Level 2 – as per IEC 61000-4-11) 8 Conducted Emission (Level - Class A, Group 1 as per IEC CISPR 11) 9 Radiated Emission (Level - Class A, Group 1 as per IEC CISPR 11) 10 Verification of Protection class (IP 21) for enclosure 11 Safety Tests (as per IEC 60950) 12 Burn in test for 72 hours at maximum operating temperature

7.31 Factory/Site Testing of DCPS

The factory/site tests to be carried out on DCPS system/module in the factory and site are listed respectively in Table below. The manufacturer shall conduct routine tests on all the systems/modules and submit the report before offering for FAT. The routine tests shall include atleast the tests mentioned under FAT.

Sl.No. Test FAT SAT Tests on DCPS System 1. Mechanical & Visual Check Tests √ √ 2. Insulation Test. √ 3. High Voltage Withstand Test √ 4. Switch On Test √ √ 5. DCPS Low voltage & High voltage limits check Test √* √ 6. Pre-alarm test for Battery Voltage Low √* √ 7. Battery Low Voltage Disconnect Level Test √* √ 8. AC Input Low and High voltage limits check Test √* 9. Rectifier Fail Alarm Test √* √ 10. Voltage Regulation Test √* √ 11. Current Sharing Test √* 12. Total Output Power Test √* √ 13. Hot Plug In Test √* √ 14. Calibration & Parameter settings √* √ 15. Automatic Float cum Boost Charge Mode Change Over Test √* √ 16. Battery Path Current Limiting Test √* √ 17. Battery Charging and full load Current Test √* √ 18. Battery Temperature Compensation Test √* 19. Total Harmonic distortion Test √* 20. Burn in Test for 8 hours at max operating temperature √* Tests on SMPS module 21 Mechanical & Visual Check Test √* 22 Module-On Test √* 23 Input low/high voltage cut-off test √* 24 Voltage Droop Test √* 25 Voltage Regulation Test √* 26 Power Output & Current Limit Test √* 27 DC High Voltage Test √* 28 O/P Voltage Ripple Test √* 29 Psophometric Noise Test √* 30 Efficiency Test √* 31 Power Factor √* 32. Input Current Limit √* 33. Input AC Frequency Range Test √*

72

Sl.No. Test FAT SAT 34. Rectifier Dynamic Response √* 35. Output Short Circuit Test √* 36. Hold up Time Test √*

Note* : These tests (Sl. No. 5-36) shall be conducted on 10% samples of the offered batch and other tests (Sl. No 1-4) shall be conducted on each equipment during the FAT.

7.32 DISTRIBUTION BOARDS AC distribution boards shall be provided for UPS input and output power distribution. The distri- bution boards shall distribute power and provide protection against failures on feeder circuits, to the equipment. The Contractor shall be responsible for design, engineering, manufacturing, supply, storage, installation, cabling, testing & commissioning of AC distribution boards required for distribution of power. The nominal input frequency is 50 Hz, which may vary from 47.5-52.5Hz. The phase to neutral input voltage shall be (Nominal 240V) varying from 190V to 265 V.

The Input ACDB will cater for the load requirements of DC power supply system, air-conditioning alarm system, fire protection alarm system, lighting loads and one spare of 20A minimum, in addition to UPS system load. The Output ACDB shall cater for only critical loads in the control centre. The number of feeders and their ratings in the output ACDB shall be decided during detail engineering. At least five spare feeders in the output panel shall be provided.

All MCCBs shall conform to IEC-60947-2 & IS 13947-2/IEC 947-2, IEC-60898 and IS 8828 and shall be of Four (4)Pole type of requisite rating. MCBs used for load feeders in output ACDB shall be of minimum curve B characteristics. The load feeders shall be coordinated with requirement of loads of computers and other loads.

7.32.1 Enclosures/Panels

The equipments of ACDBs shall be physically mounted in freestanding enclosures/panels. MCCBs and sub-assemblies shall be easily replaceable and maintainable. Cable entry shall be from the bottom/top of the enclosures (to be finalized during detailed engineering). The Contractor shall state the type, size and weight of all enclosures and indicate the proposed manner of installation. The applicable degree of protection of enclosures shall be at least IP21. The thickness of the structural frames and load bearing members shall be minimum 2.0 mm and for front & rear, sides and top covers shall be minimum 1.6 mm. For wall mounted type of output ACDB the above requirements shall not be applicable.

7.32.2 Equipment/Panel Earthing & Surge Protection

Each enclosure shall include suitable safety earth networks as per clause 4.2.3.5. . Surge protection devices shall be installed in the input ACDB to provide adequate protection against current and voltage transients introduced on input AC due to load switching surges. These protection devices shall be in compliance with IEC- 61312, IEC- 61024 and VDE 0100-534 for following surges:

a) Low Voltage Surges (Class C)

Between Requirement R, Y, B & N In ≥ 10 kA, 8/20 µS for each phase N & PE In ≥ 20 kA, 8/20 µS In= Value of Nominal Discharge Current.

7.33 CABLING REQUIREMENTS

73

The contractor shall supply, install and commission all power cables, control cables, network interface cables and associated hardware (lugs, glands, cable termination boxes etc.) as required for all equipment. The contractor shall be responsible for cable laying and termination at both ends of the cable. The Contractor shall also be responsible for termination of owner supplied cables if any at contractor’s equipment end including supply of suitable lugs, glands, terminal blocks & if necessary cable termination boxes etc. All cabling, wiring and interconnections shall be installed in accordance with the following requirements.

7.33.1 Power Cables

All external power cables shall be stranded aluminium/Copper conductor, armoured XLPE/PVC insulated and sheathed; 1100V grade as per IS 1554 Part-I. The conductor for the Neutral connection from UPS to Output ACDB shall be sized 1.8 times the size of the Phase conductors to take care of the non-linear loads. However, the cable between UPS & Battery bank shall be of copper conductor (armoured type).

7.33.2 Cable Identification

Each cable shall be identified at both ends, which indicates the cable number, and the near-end and far-end destination. All power cables shall have appropriate colour for identification of each phase/neutral/ground. Cable marking and labelling shall comply with the requirements of the applicable standards.

7.33.3 Cable and Hardware Installation

The Contractor shall be responsible for supplying, installing, and terminating all cables and associated hardware (lugs, glands, etc.), required to mechanically and electrically complete the installation of facilities for the project.

7.33.4 Enclosures/Panels design

Enclosures/panel shall be of freestanding type of design. Cable entry shall be from the bottom/top of the enclosures (to be finalized during detailed engineering). The enclosures shall not have doors that are wider than 80 cm and doors shall be hinged with locking as per standard design of the manufacturer. Keyed locking is required with identical keys for all enclosures. The enclosures shall not exceed 120 cm in height. The thickness of the structural frames and load bearing members shall be minimum 2.0 mm and for others shall be minimum 1.5 mm. The panels/boards shall be equipped with necessary cable gland plates. The Contractor shall state the type, size and weight of all enclosures and indicate the proposed manner of installation.

Wiring within panel shall be neatly arranged and securely fastened to the enclosure by non- conductive fasteners. Wiring between all stationary and moveable components, such as wiring across hinges or to components mounted on extension slides, shall allow for full movement of the component without binding or chafing of the wire. Conductors in multi-conductor cables shall be individually colour coded, and numbered at both ends within enclosures.

The enclosures shall be painted inside and outside. The finish colour of all enclosures shall be aesthetically pleasing and shall be approved by the owner. Further, finish colour of external surfaces shall be preferably of same colour for all enclosures/panels.

Maintenance access to the hardware and wiring shall be through full height lockable doors.

Each panel shall be supplied with 240 VAC, 50Hz single-phase sockets with switch.

Each ACDB and equipment within ACDB enclosures shall be clearly labelled to identify the enclosure/equipment. All labelling shall be consistent with Contractor-supplied drawings.

74

7.33.5 Enclosure/Panel Earthing

Each enclosure shall include suitable earth networks within the enclosure. Earth network shall be a copper bus bar, braid or cable inside enclosures.

The safety earth network shall terminate at two/more studs for connecting with the earthing grid. Safety earthing cables between equipment and enclosure grounding bus bars shall be of minimum size of 6 mm2, stranded copper conductors, rated at 300 volts. All hinged doors shall be earthed through flexible earthing braid.

For all enclosures requiring AC input power, the green earthing wire from the AC input shall be wired to the safety-earthing stud. The Contractor shall provide all required cabling between enclosures for earthing. The contractor shall connect safety and signal earths (as applicable) of each enclosure to the nearest earth grid/earth riser through suitable 50X6 sq. mm. GI/25x3 Cu strips. The contractor may use the existing grid wherever available. In case the suitable earthing grid is not available the same shall be made by the contractor.

The signal earthing network shall terminate at a separate stud connection, isolated from safety ground. The stud connection shall be sized for an external earthing cable equipped with a suitable lug.

All earthing connections to equipment shall be made directly to each equipment chassis via earthing lug and star washer. Use of the enclosure frame, skins, or chassis mounting hardware for the earthing network is not acceptable.

7.34 BATTERY REQUIREMENTS

The contractor shall supply Valve Regulated Lead Acid (VRLA) maintenance free Battery DCPS system. Each battery set shall have sufficient capacity to maintain output at full rated load for duration as defined in BOQ The Bidder shall furnish detailed battery sizing calculations along with all arrangements and supporting structures, for DCPS system being proposed, along with the bid. In all cases the battery is normally not allowed to discharge beyond 80% of rated capacity (80% DOD) at 10 hours rate of discharge.

The contractor supplying the cells/batteries as per this document shall be responsible to replace/repair free of charge, the battery/cell becoming faulty, owing to defective workmanship or material as per the provisions of the bid document.

Battery sizing calculation for UPS shall be done considering the actual charging achieved in eight hours i.e. in case 100% charging is not achieved in eight hours the Ah of the battery shall be enhanced by the ratio of charging actually achieved in eight hours.

7.34.1 Constructional Requirements

The design of battery shall be as per field proven practices. Partial plating of cells is not permitted. Paralleling of cells externally for enhancement of capacity is not permitted. Protective transparent front covers with each module shall be provided to prevent accidental contact with live module/electrical connections. It shall be possible to easily replace any cell of the battery at site in normal working condition.

7.34.2 Containers

The container material shall have chemical and electro-chemical compatibility and shall be acid resistant. The material shall meet all the requirements of VRLA batteries and be consistent with the life of battery. The container shall be fire retardant and shall have an Oxygen Index of at least 28%. The porosity of the container shall be such that so as not to allow any gases to escape except from the regulation valve. The tensile strength of the material of the container shall be such that so as to handle the internal cell pressure of the cells in the worst working condition. Cell shall not show any

75

deformity or bulge on the sides under all working conditions. The container shall be capable of withstanding the rigours of transport, storage and handling. The containers shall be enclosed in a steel tray.

7.34.3 Cell Covers

The cell covers shall be made of suitable material compatible with the container material and permanently fixed with the container. It shall be capable to withstand internal pressure without bulging or cracking. It shall also be fire retardant. Fixing of Pressure Regulation Valve & terminal posts in the cover shall be such that the seepage of electrolyte, gas escapes and entry of electro-static spark are prevented.

7.34.4 Separators

The separators used in manufacturing of battery cells, shall be of glass mat or synthetic material having high acid absorption capability, resistant to sulphuric acid and good insulating properties. The design of separators shall ensure that there is no misalignment during normal operation and handling.

7.34.5 Pressure Regulation Valve

Each cell shall be provided with a pressure regulation valve. The valve shall be self re-seal able and flame retardant. The valve unit shall be such that it cannot be opened without a proper tool. The valve shall be capable to withstand the internal cell pressure specified by the manufacturer.

7.34.6 Terminal Posts

Both the +ve and –ve terminals of the cells shall be capable of proper termination and shall ensure its consistency with the life of the battery. The surface of the terminal post extending above the cell cover including bolt hole shall be coated with an acid resistant and corrosion retarding material. Terminal posts or any other metal part which is in contact with the electrolyte shall be made of the same alloy as that of the plates or of a proven material that does not have any harmful effect on cell performance. Both +ve and –ve posts shall be clearly and unambiguously identifiable.

7.34.7 Connectors, Nuts & Bolts, Heat Shrinkable Sleeves

Where it is not possible to bolt the cell terminals directly to assemble a battery, separate non- corroding lead or copper connectors of suitable size shall be provided to enable connection of the cells. Copper connections shall be suitably lead coated to withstand corrosion due to sulphuric acid at a very high rate of charge or discharge.

Nuts and bolts for connecting the cells shall be made of copper, brass or stainless steel. Copper or brass nuts and bolts shall be effectively lead coated to prevent corrosion. Stainless steel bolts and nuts can be used without lead coating.

All inter cell connectors shall be protected with heat shrinkable silicon sleeves for reducing the environmental impact including a corrosive environment.

7.34.8 Flame Arrestors

Each cell shall be equipped with a Flame Arrestor to defuse the Hydrogen gas escaped during charge and discharge. Material of the flame arrestor shall not affect the performance of the cell.

7.34.9 Battery Bank Stand

All batteries shall be mounted in a suitable metallic stand/frame. The frame shall be properly painted with the acid resistant paint. The suitable insulation shall be provided between stand/frame and floor to avoid the grounding of the frame/stand.

76

7.34.10 Capacity Requirements

When the battery is discharged at 10-hour rate, it shall deliver 80% of C (rated capacity, corrected at 27ºCelcius) before any of the cells in the battery bank reaches 1.85V/cell.

All the cells in a battery shall be designed for continuous float operation at the specified float voltage throughout the life. Float voltage of each cell in the string shall be within the average float voltage/cell +0.05V band.

The capacity (corrected at 27ºCelcius) shall also not be less than C and not more than 120% of C before any cell in the battery bank reaches 1.75V/cell. The battery voltage shall not be less than the following values, when a fully charged battery is put to discharge at C/10 rate:

(a) After Six minutes of discharge : 1.98V/cell (b) After Six hours of discharge : 1.92V/cell (c) After 8 hours of discharge : 1.85V/cell (d) After 10 hours of discharge : 1.75V/cell

Loss in capacity during storage at an average ambient temperature of 35º Celsius for a period of 6 months shall not be more than 60% and the cell/battery shall achieve 85% of its rated capacity within 3 charge/discharge cycles and full rated capacity within 5 cycles, after the storage period of 6 months. Voltage of each cell in the battery set shall be within 0.05V of the average voltage throughout the storage period. Ampere-hour efficiency shall be better than 90% and watt-hour efficiency shall be better than 80%.

7.34.11 Expected Battery Life

The battery shall be capable of giving more than 1200 charge/discharge cycles at 80% Depth of discharge (DOD) at an average temperature of 27º Celsius. DOD (Depth of Discharge) is defined as the ratio of the quantity of electricity (in Ampere-hour) removed from a cell or battery on discharge to its rated capacity. The battery sets shall have a minimum expected operational life of 5 years at normal operating conditions or 1200 charge / discharge cycles (whichever is early).

7.34.12 Routine Maintenance of Battery system

For routine maintenance of battery system, the contractor shall supply 1 set of following tools: a. Torque wrench. b. Tool for opening /closing of pressure regulation valve of battery. c. Hand held digital Multimeter for measurement of resistance, AC/DC voltages.

7.34.13 Testing of Battery

The contractor shall supply type tested battery as required for DCPS. The Contractor shall submit the Battery type test reports of earlier conducted tests on the same make, model, type & rating as offered as per the IEC 60896 or equivalent IS/EN/BS standards . These Type test reports shall be submitted for the highest rating battery to be supplied under the contract. For type testing requirements in addition to provisions of this chapter 8 is also to be complied. The tests mentioned in the Table 4.2 shall be conducted on the battery at site and factory.

TABLE 4.2 LIST OF FACTORY & SITE TESTS FOR BATTERY

S. No. Test Factory Tests Site Tests √ √ 1. Physical Verification

77

2. C/10 Capacity test on the cell √ 3. 8 Hrs. Charge and 30 minutes √ (duration as specified) discharge test at full rated load

7.35 Testing Requirements

The requirements for type tests, factory acceptance tests and field acceptance testing have been specified under the respective clauses. After completion of field acceptance testing the auxiliary power supply system shall be put under availability test for fifteen (15) days. Availability test shall be carried out by the employer/owner. During the availability test the APS shall be used as required to be used for rest of the life. In case of any failure or mal- operation during this period the contractor shall take all necessary action to rectify the problems. The APS shall be accepted only after rectification of the problems by the contractor in a manner acceptable to the employer.

7.36 Documentation

The following specific document for items covered under this section shall be submitted which shall be in addition to the applicable general document required under Chapter 8 .

. Data Requirement Sheets (DRS) . Battery sizing calculations . Cable sizing calculations . Inventory of the hardware . Panel General arrangement drawing . Panel Internal General Arrangement drawing indicating modules, major devices/components location etc. . Installation drawings . Schematic drawings . Type Test reports . FAT plan & procedure . SAT plan & procedure . External cable laying & termination schedule details . Availability test plan & procedure

7.37 Mandatory Spares

List of mandatory spares for UPS, DCPS are mentioned in the BOQ

78

Chapter 8

TESTING, DOCUMENTATION & QA

8.0 General

This section describes the specific requirements for testing and documentation of the RT-DAS system .The test requirements given in relevant chapters shall also be followed

8.1 Type testing –

Equipment wherever mentioned in the specification for type testing shall conform to the type tests listed in the relevant chapters. Type test reports of tests conducted in NABL accredited Labs or internationally accredited labs within last 5 years from the date of bid opening may be submitted. In case, the submitted reports are not as per specification, the type tests shall be conducted without any cost implication to employer.

8.2 Factory Acceptance Tests (FAT) (One time test for data centre hw & sw functions, performance and availability)

The RT-DAS system shall be tested at the Contractor's facility for entire state for functional and performance compliance . All hardware and software associated with the RT-DAS system and at least FRTUs of one town (Max 20 FRTUs) shall be staged for the factory testing and all remaining FRTUs shall be simulated for the complete point counts ( ultimate size). The requirements for exchanging data with other computer systems like, IT system under R-APDRP shall also be simulated.

Each of the factory tests described below (i.e. the hardware integration test, the functional performance test, integrated system test and unstructured tests) shall be carried out under factory test for the RT-DAS system. The factory tests, requiring site environment, shall be carried out during the Field Tests after mutual agreement for the same from owner.

Factory Test / Routine of FRTU and DCPS shall be made on 1 % random sample of each lot or minimum 1 whichever is lower as per tables for test given for respective equipment

8.2.1 Hardware Integration Test

The hardware integration test shall be performed to ensure that the offered computer hardware, conforms to this Specification requirements and the Contractor-supplied hardware documentation. All the RT-DAS system hardware shall be integrated and staged for testing. Applicable hardware diagnostics shall be used to verify the hardware configuration of each equipment. The complete hardware & software bill of quantity including software licenses & deliverables on electronic media shall also be verified.

8.2.2 System Build test

After completion of hardware integration test, the RT-DAS system shall be built from the backup software on electronic media (CDs/Magnetic Tapes etc) to check the completeness of backup media for restoration of system in case of it’s crashing/failure. The software deliverables shall include one copy of backup software on electronic media.

8.2.3 Functional Performance Test

The functional performance test shall verify all features of the RT-DAS hardware and software. As a minimum, the following tests shall be included in the functional performance test:

79

(a) Testing of the proper functioning of all RT-DAS & other software application softwares in line with the requirements of various sections of technical specification.

(b) Simulation of field inputs (FRTU) from test panels that allow sample inputs to be varied over the entire input range

(c) Simulation of field input error and failure conditions

(e) Verification of FRTU communication Protocol IEC60870-5-104 /101 etc

(f) Verification of MFT communication Protocol MODBUS etc

(g) Verification of compliance of supporting interfaces such as IEC61850, IEC60870-5-103 etc.

(h) Verification of Security & Encryption using SSL for FRTU connectivity.

(i) Verification of Data Integration from RT-DAS system other systems viz IT Systems etc XML based data for feeder wise GIS information (as available) or created feeder wise consumer count and update mechanism from IT system

(j) Exchange of SAIFI/SAIDI report to IT using ODBC connectivity or suitable method

(k) Verification of interoperability profile of all profiles of all protocols being used.

(i) Testing of all user interface functions, including random tests to verify correct database linkages

(j) Simulation of hardware failures and input power failures to verify the reaction of the system to processor and device failure

(k) Demonstration of all features of the database, display, and report generation and all other software maintenance features on both the primary and backup servers. Online database editing shall also be tested on primary server.

(l) Demonstration of the software utilities, and development tools. (m) Verification that the RT-DAS computer system meets or exceeds employer's performance requirements (as per table for peak & normal loading in chapter 10 Verification of Design parameters as mentioned in Chapter 10 & wherever defined in the specification. (n) Verification that ultimate expansion requirements are met. (o) Unstructured testing of the RT-DAS system by employer. The unstructured tests shall include the test, which are not in the approved test procedures and may be required to verify the compliance to the specification. (Max 20% of total testing

8.2.4 Continuous operation Test (48 hours)

This test shall verify the stability of the RT-DAS hardware and software after the functional performance test has been successfully completed. During the test, all RT-DAS functions shall run concurrently and all Contractor supplied equipment shall operate for a continuous 48 (forty eight) hour period with simulated exchange with other interconnected system viz. R-APDRP IT system etc. The test procedure shall include periodic repetitions of the normal and peak loading scenarios defined. These activities to be tested may include, but shall not be limited to, database, display, and report modifications, configuration changes (including user-commanded processor and device

80

failover), switching off of a primary server and the execution of any function described in this Specification. During the tests, uncommanded functional restarts or server/device failovers are not allowed; in case the problems are observed , the Contractor shall rectify the problem and repeat the test.

8.3 Field Tests (Site Acceptance tests -SAT)

The RT-DAS system shall be tested at the site. All hardware and software associated with the RT- DAS system along with FRTUs along with all field devices including MFTs connected shall be tested under the field tests.

8.3.1 Field Installation Tests(FRTU wise)

The equipment which has undergone the factory testing shall be installed at site and integrated with the FRTU and other computer systems though the communication medium. This is a progressive test i.e. shall be done when particular FRTU is installed.

The field installation test shall include the following:

(a) Proper installation of all delivered hardware as per approved layout. (b) Interconnection of all hardware (c) Interconnection with communication equipments (d) Interconnection with power supply (e) Diagnostic tests to verify the operation of all hardware (f) Random checking of RT-DAS software basic functions

The Contractor shall be responsible for performing the field installation tests and Employer may witness these tests

8.3.2 End-to-End Test (FRTU wise)

.This is a progressive test i.e. shall be done when particular local installation of FRTU is done (Field installation test).. After the field installation tests, the Contractor shall carry out end-to-end test to verify following of the installed FRTU:

(a) the communication of FRTUS with RT-DAS system (b) the FRTU communication channel monitoring in the RT-DAS system (c) the mapping of RT-DAS database with FRTU database for FRTU (d) the mapping of RT-DAS database with displays and reports

The Contractor shall provide the details of all the variances observed and corrections carried out during end to end test.

8.3.3 Field Performance Test (Town wise)

After the end to end test of all FRTUs in the towns considered for completion and achievement of the objective, the Contractor shall conduct the field performance test to verify the functional performance of the system in line with the technical specification which includes the following:

(a) the communication of other system i.e R-APDRP IT system (b) Mapping of RT-DAS database with other system database (c) Verify that all the variances observed during the Factory test are fixed and implemented. (d) Conduction of the Factory tests deferred (tests requiring site environment)

81

(e) Functional tests of RT-DAS system (f) Verify the execution rates of all RT-DAS application (g) Verify update rate & time for data update & control command execution as per specification requirements (h) Verify the response time of all RT-DAS applications. (i) Verify the response time for User interface requirements (j) Testing of all features of the database, display, and report generation and all other software maintenance features on both the primary and backup servers. Online database editing shall also be tested on primary server. (k) Conduction of unstructured tests as decided by the Employer

8.4 System Availability Test (120 hours) utility wise

Contractor shall provide & approve theoretical and practical figures used for this calculation at the time of detailed engineering. The calculation shall entail reliability of each individual unit of the System in terms of Mean Time Between Failures (MTBF and a Mean time to Repair (MTTR) as stated by OEM. Reliability figures of existing equipment shall be supported by evidence from operational experience at similar types of installation / figure given by OEM.

System availability tests shall be conducted after completion of the field tests. The system availability test shall apply to the RT-DAS system (hardware and software) integrated with its FRTU and R-APDRP IT SYSTEM . However, the non-availability of FRTU /R-APDRP –IT system etc & Communication System shall not be considered for calculating system availability. However , FRTU, , Auxiliary power supply shall be tested as per the provisions given in their chapters.

The RT-DAS system (hardware and software systems) shall be available for 99.5% of the time during the 120 hours (5 days) test period. However, there shall not be any outage /down time during last 48 Hours of the test duration. In case the system availability falls short of 99.5%, the contractor shall be allowed to repeat the system availability test after fixing the problem, failing which the system shall be upgraded by the contractor to meet the availability criteria without any additional cost implication to the owner.

Availability tests of FRTUs shall be conducted along with System availability test for 120 hours. Each FRTUs shall exhibit minimum availability of 98%. In case the FRTU availability falls short of 98%, the contractor shall be allowed to repeat the FRTU availability test (for failed FRTU only) after fixing the problem, failing which the equipment shall be upgraded by the contractor to meet the availability criteria without any additional cost implication to the owner.

In the event of unsuccessful reruns of the availability test, employer may invoke the default provisions described in the General Conditions of Contract.

The RT-DAS system shall be considered as available if

a) one of the redundant hardware is available so that all the RT-DAS applications are functional to ensure the design & performance requirement as envisaged in the specification b) atleast one of the operator console is available c) All RT-DAS applications are available d) Data exchange with other system is available e) SAIFI/SAIDI is report getting generated as envisaged

However each device, including servers, shall individually exhibit a minimum availability of 98%.

The non-availability of following Non-Critical functions shall not be considered for calculations of system availability; however these functions should be available for 98% of the time.

82

(a) Database modification and generation (b) Display modification and generation (c) Report modification and creation

During the availability test period, employer reserves the right to modify the databases, displays, reports, and application software. Such modifications will be described to the Contractor at least 24 hours in advance of implementation to allow their impact on the availability test to be assessed, except where such changes are necessary to maintain control of the power system.

Once system availability test is done. Certification for cyber security from NCIIPC/ CERT.IN is to be obtained by Contractor . Till the time system will be considered as “ Go Live ” only

Thereafter site shall be considered as “operational acceptance” of the system.

8.4.1 Downtime

Downtime occurs whenever the criteria for successful operation are not satisfied. During the test period, owner shall inform the Contractor for any failure observed. For attending the problem the contractor shall be given a reasonable travel time of 8 hours. This service response time shall be treated as hold time and the test duration shall be extended by such hold time. The downtime shall be measured from the instant, the contractor starts the investigation into the system and shall continue till the problem is fixed. In the event of multiple failures, the total elapsed time for repair of all problems (regardless of the number of maintenance personnel available) shall be counted as downtime. Contractor shall be allowed to use mandatory spares (on replenishment basis) during commissioning & availability test period. However it is the contractor’s responsibility to maintain any additional spares as may be required to maintain the required system availability individual device/ equipment availability. All outage time will first be counted but if it is proven to be caused by hardware or software not of Contractor’s scope, it will then be deducted.

8.4.2 Hold time

During the availability test, certain contingencies may occur that are beyond the control of either employer or the Contractor. These contingencies may prevent successful operation of the system, but are not necessarily valid for the purpose of measuring RT-DAS availability. Such periods of unsuccessful operation may be declared "holdtime" by mutual agreement of employer and the Contractor. Specific instances of holdtime contingencies could be Scheduled shutdown of an equipment, Power failure to the equipment, Communication link failure.

8.5 Documentation

The complete documentation of the systems shall be provided by the contractor. Each revision of a document shall highlight all changes made since the previous revision. Employer's intent is to ensure that the Contractor supplied documentation thoroughly and accurately describes the system hardware and software.

The contractor shall submit the paper copy of all necessary standard and customised documents for RT-DAS in 2 sets for review/approval by the Employer for necessary reference which includes the following:

a) System overview document b) Cross Reference Document c) Functional design document d) Standard design documents e) Design document for customisation f) System Administration documents- software utilities, diagnostic programs etc. g) Software description documents h) Bill of Quantity & List of software and hardware deliverable i) protocol implementation documents

83

j) point address document k) IP addressing plan document l) Software User document for dispatchers m) Software Maintenance document n) Training documents o) Database settings, Displays and Reports to be implemented in the system p) Test procedures q) Test reports r) Hardware description documents s) Hardware User documents t) Hardware Maintenance documents u) Data Requirement Sheet (DRS) of all Hardware v) Site specific Layout, Installation, GA, BOQ, schematics and cabling details drawings/documents w) RT-DAS & IT Integration Plan Document using XML & other nterfaces. x) Cyber Security Plan document & certificate/report y) Interoperability profiles/ Tables

After approval two sets of all the above documents as final documents shall be delivered to site by the Contractor. In case some modifications/corrections are carried out at site, the contractor shall again submit as built site specific drawings in three sets after incorporating all such corrections as noticed during commissioning. Any software modifications/updates made at site shall also be documented and submitted in three sets to site and one set to Employer.

In addition to paper copies, two sets of final documentation shall be supplied on Electronic media to employer. The contractor shall also submit two sets of the standard documentation of Operating system and Databases in electronic media. Paper copies of these may be submitted, if the same are available from the OEM as a standard part of delivery. One copy of the software packages used for accessing & editing the final documentation in electronic media shall also be provided.

After successful completion of System availability test, the contractor shall take the software backup of complete RT-DAS system on electronic media and two copies of these backup software shall be submitted to the owner.

This section describes the project management, schedule, quality assurance, and documentation requirements for the project. 8.6 Project Management The Contractor shall assign a project manager with the authority to make commitments and decisions that are binding on the Contractor. Employer will designate a project manager to coordinate all employer project activities. All communications between employer and the Contractor shall be coordinated through the project managers. The project managers shall also be responsible for all communications between other members of the project staffs.

Bidder shall submit the manpower deployment plan along with the bids, describing the key roles of each persons.

8.7 Quality Assurance & Testing

All materials and parts of the system / sub-system to be supplied under the project shall be of current manufacture from a supplier regularly engaged in the production of such equipment.

8.7.1 Quality Assurance and Quality Control Program

A Quality Assurance Program of the Contractor shall generally cover but not be limited to the following:

84

a. The organization structure for the management and implementation of the proposed Quality Assurance Program. b. Documentation control system.

c. Qualification data for key personnel. d. The procedure for purchase of materials, parts/components and selection of sub-contractor's services including vendor analysis, source inspection, incoming raw material inspection, verification of material purchases, etc. e. System for shop manufacturing including process controls. f. Control of non-conforming items and system for corrective action. g. Control of calibration and testing of measuring and testing equipments. h. Inspection and test procedure for manufacture. i. System for indication and appraisal of inspection status. j. System for quality audits. k. System for authorizing release of manufactured product to utiltiy. l. System for maintenance of records. m. System for handling, storage and delivery. n. A Quality Plan detailing out the specific quality control procedure adopted for control- ling the quality characteristics of the product.

The Quality Plan shall be mutually discussed and approved by the employer after incorporating necessary corrections by the Contractor as may be required.

Neither the enforcement of QA/QC procedures nor the correction of work mandated by those procedures shall be cause for an excusable delay. The scope of the duties of the employer, pursuant to the Contract, will include but not be limited to the following:

(a) Review of all the Contractor's drawings, engineering data etc. (b) Witness or authorize his representative to witness tests at the manufacturer's works or at site, or at any place where work is performed under the Contract. (c) Inspect, accept or reject any equipment, material and work under the Contract in accordance with the specifications. (d) Issue certificate of acceptance and/or progressive payment and final payment certificate (e) Review and suggest modification and improvement in completion schedules from time to time; and (f) Monitor the Quality Assurance program implementation at all stages of the works.

8.7.2 Inspection

The Contractor shall give the employer/Inspector one week in case of domestic supplies and four weeks in case of foreign supplies written notice of any material being ready for testing. Such tests shall be to the Contractor's account except for the expenses of the Inspector. The employer/Inspector, unless witnessing of the tests is waived, will attend such tests on the scheduled date for which employer/Inspector has been so notified or on a mutually agreed alternative date. If employer/Inspector fails to attend the testing on the mutually agreed date, Contractor may proceed with the test which shall be deemed to have been made in the Inspector's presence and Contractor shall forthwith forward to the Inspector, duly certified copies of the test results in triplicate.

8.7.3 Inspection and Test

The test shall be considered complete when (a) when all variances have been resolved (b) all the test records have been submitted (c) Employer acknowledges in writing the successful completion of the test.

85

10.7.4 Test Plans & Procedures

Test plans for both factory and field tests shall be provided by the Contractor to ensure that each test is comprehensive and verifies all the features of the equipment are tested. The test plans for factory and field tests shall be submitted for Employer approval before the start of testing.

The contractor shall prepare detail testing procedure in line to specification and submit for employer’s approval. The procedure shall be modular to the extent possible, which shall facilitate the completion of the testing in the least possible time.

8.7.5 Test Records

The complete record of all factory and field acceptance tests results shall be maintained by the Contractor. The records shall be maintained in a logical form and shall contain all the relevant information. The test reports shall be signed by the testing engineer and the engineer witnessing the tests.

8.7.6 Reporting of variances

A variance report shall be prepared by either Employer or Contractor personnel each time a deviation from specification requirements is detected during inspection or testing. All such variances shall be closed in mutually agreed manner.

However, at any stage if employer feels that quality of variances calls for suspension of the testing the testing shall be halted till satisfactory resolution of variances, which may involve retesting also.

CHAPTER 9

A ) DESIGN PARAMETERS AND PERFORMANCE TABLES

The RT-DAS system shall be designed as per the technical parameters defined in the specification and the tables specified here. The RT-DAS system (such as databases, network elements etc.) shall be sized to accommodate the requirement mentioned in table 7.

The system shall be tested with the doubled present power system size (ultimate capacity ) as defined in table 6& measure the various performance of the system as defined in the tables and technical specification including peak and average load scenarios.

The auxiliary memory utilisation , average CPU, RAM & LAN utilisation parameters shall not exceed the limits as defined in table 8. This memory utilisation includes the memory used for storage of data for the defined duration as specified in the various sections of technical specification.

The RT-DAS system shall be suitable for addition of atleast double the operator workstations (in future) without requiring any up gradation of the servers.

The RT-DAS design & performance parameters are defined in the following tables:

TABLE 1 - DESIGN PARAMETERS FOR RT-DAS FUNCTIONS TABLE 2 - DESIGN PARAMETERS FOR INFORMATION STRORAGE RETRIVAL (ISR) FUNCTIONS TABLE 3 - MAINTENANCE ACTIVITIES

86

TABLE 4 – DESIGN PARAMETERS FOR USER INTERFACE TABLE 5 - CONFIGURATION CHARACTERISTICS & AVAILABILITY FUNCTIONS TABLE 6- OTHER PERFORMANCE REQUIREMENTS TABLE 7 - ACTIVITIES FOR NORMAL AND PEAK LEVEL OF LOADING

87

TABLE 1 – DESIGN PARAMETERS FOR RT-DAS FUNCTIONS Note ; The parameters which are not indicated in the tables & only mentioned elsewhere in the specification shall also be considered as design parameters Function Description Design capacity Execution rate Data Acquisition from As per specification FRTU a) Status data All status points . By exception, updated & displayed within 4sec from data collection from FRTU at S/s 6 sec from data collection from FRTU . Integrity check of all status at every 10 Minutes ( configurable ) . On demand . b) Analog data All analog points . By exception, updated & displayed within 5 sec & 10sec . Integrity check for all analog at every 10 Minutes (configurable) . provision for all analog update at periodicity of 10 sec configurable upto 1 hour. . Energy values periodically configurable from 5 min to 24 hours . On demand

The time skew at RT-DAS control centre ,S/S , RMU,FPI shall not be more than 0.1sec at each location & latency shall not be more than 0.5sec for status. For analog data the time skew shall not be more than 1sec & latency shall not be more than 1sec for analog as per IEEE C37.1.

Energy values of 15 minute blocks shall be collected periodically from the RTU, FRTU at scan rate of 15 minute/1 hour (configurable upto 24 hours). Alternatively, the energy values shall be calculated for each 15 minute/1 hour blocks at RT-DAS level from the acquired energy values of MFTs through RTU & FRTU.

88

Function Description Design capacity Execution rate (c)Time synchronisation of All FRTUs shall be every 5 Minutes (Configurable RTU synchronised from Master from 5-60 minutes) station (d) RT-DAS Data Exchange As per specification As per Requirement for ISR with other system as function & data exchange specified (R-APDRP system) (e) Data Processing (I) Analog data processing: a) Conversion to Per analog points Each time the value is received engineering units in RT-DAS b) Zero dead band Per analog points Each time the value is received processing in RT-DAS c) Reasonability Limit High and Low Each time the value is received checking reasonability limits per in RT-DAS analog point d) Limit Monitoring High and Low for each of Each time the value is received the limits in RT-DAS per analog point e) RATE OF CHANGE Each time the value is received per analog point in RT-DAS

(II) Digital Input data As per specification As per specification processing (a) Substation Topology For no. of status, refer Triggered by status change. Processing FRTU point counts in the technical specification. within 1 sec response after updation in RT-DAS database (b) Quality codes As per specification Each time value is received by RT-DAS (c) Sequence-of-Events 1000 events circular buffer SOE retrieval Periodically (5 data in the RT-DAS database minutes) or by exception and On demand (d) Failsoft capability Critical functions in the event of system crosses mark of peak loading requirements through graceful de- gradation of non –critical functions & also relaxing periodicity / update rate of display refresh & critical functions by 50%..

89

TABLE 2 – DESIGN PARAMETERS FOR INFORMATION STRORAGE RETRIVAL (ISR) FUNCTIONS

Function Description Design capacity Execution rate Response time (a) SAIFI SAIDI Double present count Daily, weekly, 2 sec after updation Table query based , in RT-DAS feeders, substation, Monthly, database town, Discom , state Quarterly, Yearly, shall be generated FY automatically and b) 2 months maintained indicating retention planned , unplanned and total value of SAIFI

(b) SOE table a) Volume of data = Total a) Hourly telemetered points and max/min with time stamp and average for each analog point with quality code b) data storage b) 2 months On Auxiliary memory retention

(a) (c) Daily Energy (a)Volume of data = a) Energy values data table Export/Import KWh & of 15 minute Export/Import KVARh blocks of each for all energy meters with Hour quality code b) data storage b) 2 months On Auxiliary memory retention (b) SOE data daily 4 changes per SOE Each time the table point SOE is received from RTU/FRTU/FPI in RT-DAS database (e) System message a) 20,000 entries /month Log Storage b) data storage b) 2 months On Auxiliary memory retention

TABLE#:3 MAINTENANCE ACTIVITIES

Action Performance Complete database regeneration 2 hours Complete system software build, including operating 6 hours system, applications, and databases Software build or all applications and databases 3 hours Software build of a single applications and databases 10 minutes Installation of a single, new display including 60 seconds distribution to all consoles

90

Action Performance Reinstallation of all displays 60 minutes Perform an on-line update of a database parameter and 60 seconds propagation of the change to the source data

TABLE 4 - DESIGN PARAMETERS FOR USER INTERFACE

Name Design capacity Execution rate 16 SYSTEM ACCESS SECURITY

Function and Data Access Security Operating jurisdictions Windows Environment

Rooms 32 Layers 8 Declutter Levels 16 Panning and Zooming supported TREND a) Trend files 10 b) Variables per trend file 4 c) Samples per trend variable 5,000 d) Sampling rate Configurable from 5 sec to 15 minutes Alarm priority levels 16 Triggered by event Alarm Message Recording on auxiliary memory - 2months alarms EVENTS 2months Event Message Recording on Auxiliary memory - events

TABLE 5 - CONFIGURATION CHARACTERSTICS & AVAILABILITY FUNCTIONS

Sl No Execution Maximum Name Rate Response Time (With in )

(i) CONFIGURATION CHARACTERISTICS AND AVAILABILITY

Backup Databases 60 seconds or 5 seconds Data backup event driven

Processor Errors Processor failure detection 10 seconds

91

Sl No Execution Maximum Name Rate Response Time (With in )

Device Errors Device failure detection 10 seconds

Processor Redundancy and Configuration Management

Function Restart Other functions except INFORMATION 30 seconds STRORAGE RETRIVAL(ISR) 120 seconds

Processor Start-Up with applications functional 1) Not more than 1) Hot Start failover time

2) Warm Start a) all applications 2) 10 minutes a) 15 minutes 3) Cold Start a) Application except ISR operational 3) 15 minutes b) ISR application a) 20 Minutes b) 60 Minutes

Device/Processor Failover 30 seconds from detection of failure

TABLE 6- OTHER PERFORMANCE REQUIREMENTS

(a) USER INTERFACE REQUIREMENTS

At no time the RT-DAS system shall delay the acceptance of User request or lockout console operations due to the processing of application functions.

User interface requirements Response time (Peak loading )

Requests for call-up of displays shall be acknowledged with an Within 2 sec indication of request is being processed Any real time display and application display (except RDBMS DB Within 3 sec after displays) on workstation console, Complete display & data values acknowledgement of shall appear on screen request Manual Data entry of the new value shall appear on screen Within 2 sec Display update rate Every 2 sec for at least 4 displays together Panning of a world display from one end of screen to other end of Within 2sec screen in a continuous manner Alarm and event response time display within 1 sec of receipt in RT-DAS system Alarm and event acknowledgement With in 2 sec

92

Requests for printing of displays shall be acknowledged with an Within 2 sec indication of request is being processed Requests for generation of reports shall be acknowledged with an Within 2 sec indication of request is being processed

(b) UTILISATION (Considering double the present power system size ) Name Average Comments Utilization PROCESSOR UTILIZATION Servers 30% Normal loading

50% Peak loading

Front end PROCESSOR 30% Normal Loading 67% Peak loading Main memory utilisation 50% Normal loading (avg) 67% Peak loading Auxiliary memory utilisation 50%

TABLE 7- ACTIVITIES FOR NORMAL AND PEAK LEVEL OF LOADING

(1) NORMAL LEVEL OF ACTIVITY

The normal level of activity shall simulate system activities spread over one hour period. During the testing, the response times and the average utilizations shall not exceed the specified values. The following conditions define normal level of system activity to generate the normal loading scenario. Test simulation shall be done using software tool to generate this loading within 1 hr. Staggering of loads during the test duration of I hour is permitted.

(a) All FRTU data shall be scanned and processed as specified in the Specification. (b) All data exchange with other systems shall occur as specified in the Specification. (c) All periodic functions shall be executed at the rates defined in tables (d) The following RT-DAS functions shall be executed on-demand: (e) Alarms (2 X no. of FRTU+ ) per hour shall be generated. Each alarm shall be acknowledged individually within 5 seconds (f) Events (2 X no. FRTU) per hour shall be generated. (g) 1% analog of total analog/ 5sec measurements of total analog point count changes as per IEEEC37.1 . (h) One complete run of on-line diagnostics shall be performed on all computers (i) Communications channel monitoring shall be performed. (j) The following user interface actions shall be performed:

Display Selection 20 per operator workstation Display Updates Each operator workstation shall display 3 updating and 1 non- updating display window per monitor. This also includes VPS. Updating displays: - alarm summary list - world display containing a S/S SLD - Network display

Data Entry 5 data entry actions from any single display Display Trending 8 display trends, each trending 4 variables

93

Reports Prepare and printing of 5 reports

(k) The following maintenance activities shall be performed:

Function Task On-Line Database Editing Modify 20 data points in each of the 5 FRTUs Display Generator and Management Modify one single-line diagram one tabular display

2) PEAK LEVEL OF ACTIVITY

The peak level of activity is an addition to the average level of activity described in (A) NORMAL LEVEL OF ACTIVITY above. The peak level of activity shall be applied for a five minute period. During the next ten minutes, only the normal level of system activity shall be applied. This test shall be repeated for four consecutive fifteen minute periods, for a total peak level test time of one hour. The five-minute peak loading period shall coincide with RT-DAS system period where all periodic software is scheduled for execution and at least one five minute period shall span an hour boundary to consider the scheduled hourly periodic activities. There shall be no restrictions on the period when the five-minute peak can occur.

The software execution rates and response times defined in tables of this section , shall not be degraded and the utilization defined in tables of this section shall not exceed during the peak loading conditions. The following conditions shall define the additional peak level of system activity:

(a) As per IEEE C37.1 a. 15 % of status of total status points/ 5sec measurements b. 40% analog of total analog measurements /5sec

50% of the alarms shall be acknowledged within the five-minute period (automatic acknowledgement is unacceptable).

(c) Display Requests 6 display requests per minute per console

(f) Reports Prepare 5 reports.

Chapter 10 A) BILL OF QUANTITY RT-DAS at Data centre (BoQ)

S.No. Equipment Unit Quantity

A1 Server/ workstation Hardware 1. RT-DAS server No. 2 2. FEP server with interface switches No. 2 INFORMATION STRORAGE 3. No. 2 RETRIVAL(ISR) server 4. Developmental server with console No. 1 5. Workstation with dual TFT Monitors No. 4 Switches 6. Layer II switch No. 2 Router one each for interfacing IT system & 7. No. A/R MPLS network

94

8. GPS Time synchronisation system Set 2 Any other item to meet specification 9. requirements A2 Software 10. RT-DAS software Lot 1 INFORMATION STRORAGE 11. Lot 1 RETRIVAL(ISR) Software Any other item to meet specification 12. Lot A/R requirements

B) BILL OF QUANTITY FRTU (Town wise, Circle wise, DISCOM wise )

S.No. Equipment Unit Quantity

B1 FRTUs FRTU comprising panels, racks, sub-racks, Power Supply modules, CPU analog / digital input module as per specification interfacing 1. equipment, required converters & all other required items/accessories Set 118 including complete wiring for all modules for locations mentioned below 2. Multi-Function Transducers (MFsT) No. 354 3. Contact Multiplying Relays (CMRs No. 1770 4. Router/ modem with dual SIM (3G and 4G both) capability No. 118 Any other hardware to meet functional /performance requirement of 5. Lot A/R MTS B2 TEST EQUIPMENTS for RTU FRTU Database Configuration & Maintenance Software tool & 1 /circle Master Station cum RTU Simulator & Protocol analyser software tool 6. No. &Laptop PC for above software tools along with interfacing hardware including Hub

FRTU CONNECTIVITY DIAGRAM

C) FRTU Point count DI SNO STATION SS MFT Com module module

TOTAL

Note: - SS : Single status input, Relay, METER : Energy meter, CM: Communication Module , DI : Digital input ,

95

1. MFT provide data that is to be acquired by FRTU on Modbus/or IEC protocol for Voltage (phase to phase and phase to neutral),Current (phase and neutral), Active Power, Reactive Power, Apparent Power, Power Factor, Frequency, active energy (import & export), reactive energy (import & export) etc.

2. CMRs shall be mounted in the existing C&R panels. Wherever the space is not available in the existing panels the same shall be mounted in the FRTU panels 3. Thef FRTU shall be equipped for the above specified I/O (analog input MFT), digital input) point points, which includes 20 % spare for future use . These 20 % spare points shall be terminated on terminal blocks in FRTU panel. 4. All protection relay/Alarm points & CBs shall be considered for SOE. 5. Point counts include three alarms per station for auxiliary system and fire, which shall be interfaced to FRTU.

D) Auxiliary Power supply

S.No. Item Unit Quantity

For FRTU

1. DC Power Supply (DCPS) system based on SMPS No 1/FRTU Battery bank for above DCPS (VRLA Type) for minimum 4 2. hrs backup

Power supply at DC to be ensured by utility for uninterrupted supply A/R : As required as per site requirements

E) IMPLEMENTATION SCHEDULE

S. No. Items Completion Schedule from the Award of Contract 1 RT-DAS System 18 months from date of issue of Letter of Award

BIDDER SHALL PROVIDE IMPLEMETATION SCHEDULE INDICATING MILESTONES

96

SECTION-III SAMPLE FORMS

97

SECTION-III SAMPLE FORMS

1. BID FORM

Date...... TO: (Name and Address of Purchaser) Gentlemen and/or Ladies:

Having examined the Bidding documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver...... (Description of Materials / equipment) in conformity with the said bidding documents for the sum of...... (total bid amount in words and in figures) or such other sums as may be ascertained in accordance with the schedule of prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the Materials / equipment in accordance with the delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to. 10% of the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser.

We agree to abide by this Bid upto ……………. (for the Bid Validity Period) specified in Clause and it will remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, will constitute a binding Contract between us.

We understand that you are not bound to accept the lowest or any bid you may receive.

We certify / confirm that we comply with the eligibility requirements as per clause of the bidding documents.

Dated this...... day of...... 200

[Signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of

98

2. (a) BID SECURITY FORM

Whereas...... (hereinafter called "the Bidder") has submitted its Bid dated (date of submission of bid) for the supply of...... (name and /or description of the Materials / equipment) (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that WE...... (name of bank) having our registered office at...... (address of bank)(hereinafter called "the Bank"), are bound unto...... (name of Purchaser) (hereinafter called "the Purchaser") in the sum of for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this day of 200 .

THE CONDITIONS of this obligation are:

1. If the Bidder

a) withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or

a) does not accept the correction of errors in accordance with the Bid Specification, or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity;

(a) fails or refuses to furnish the performance security, in accordance with the Bid Specification.

(b) fails or refuses to execute the Contract Form if required; or

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after …………….(Specification Date) the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.

...... (Signature of the Bank)

NOTE: This will be executed on a Rs.100/- non-judicial stamp paper issued by a scheduled Bank.

99

2. (b) PERFORMANCE SECURITY FORM

To: (Name of Purchaser)

WHEREAS………………………………………..(Name of Supplier) (hereinafter called "the Supplier") has undertaken, in pursuance of Contract No...... dated...... 2019 to supply...... (Description of Materials / equipment and Services) (hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier will furnish you with a Bank Guarantee by a recognized Bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of...... (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of...... (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the. ... day of. ..…... 20… .

Signature and Seal of Guarantors ...... Date...... 20...... Address:...... …......

NOTE: This will be executed on a Rs.100/- non-judicial stamp paper by a scheduled Bank.

100

3. CONTRACT FORM

THIS AGREEMENT made the...... day of...... 20.. Between...... (Name of Purchaser) of the one part and...... (Name of Supplier) of the other part:

WHEREAS the Purchaser invited bids for certain Materials / equipment and ancillary services viz., ...... (Brief description of Materials / equipment and Services) and has accepted a bid by the Supplier for the supply of those Materials / equipment and services in the sum of...... (Contract Price in Words and Figures)(hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions will have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

3 . The following documents will be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Materials / equipment and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Materials / equipment and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the Materials / equipment and services which will be supplied/ provided by the Supplier are as under:

Sl. No. Brief Description of Quantity to be Unit Price Total Price Delivery Terms Materials / Equipment supplied Rs. Rs. & services

TOTAL VALUE: (Rupees only)

101

DELIVERY SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed on the day and year first above written.

Signed, Sealed and Delivered by the said...... (for the Purchaser) in the presence of......

Signed, Sealed and Delivered by the said...... (for the Supplier) in the presence of......

NOTE: To be executed on a Rs.100/- Non-judicial stamp paper.

102

4. PROFORMA FOR PERFORMANCE STATEMENT

Bid No______

Time Hours Date of Opening______

Name of the Firm

Description and Order placed by Date of Completion of Delivery Order No. and quantity of (full address of purchaser) Date ordered equipment As per Contract Actual

Has the equipment been satisfactorily Remarks indicating reasons for late delivery, if functioning? (Attach a Certificate from the any Purchaser)

Signature of the Bidder

f

t h e

B i d d e r

103

5. SCHEDULE OF DEVIATION

(i) TECHNICAL

Sl. No. Requirements / Equipment Specification Deviations Remarks Clause No.

It is hereby conformed that except for deviations mentioned above, the offer conforms to all the other features specified in Technical Specification Section of this Bid Document

Place : Signature of the Bidder :

Date : Name :

Business address :

104

5. SCHEDULE OF DEVIATION

(ii) COMMERCIAL

Sl. No. Requirements / Equipment Specification Deviations Remarks Clause No.

It is hereby conformed that except for deviations mentioned above, the offer conforms to all the other features specified in Commercial Specification Section of this Bid Document

Place : Signature of the Bidder :

Date : Name :

Business address:

105

6. DECLARATION FORM

Declaration to be given by the Company in regard to relation to promoters of Blacklisted /

debarred companies by any power utilities.

I declare that, myself or any of the representatives of my company / firm do not have any relatives with promoters of blacklisted / debarred companies by any utilities.

It is certified that the information furnished above is true to the best of my knowledge and belief. It is hereby undertaken that in the event of the above information found to be false or incorrect at a later date, the APDCL is entitled to terminate the contract/agreement entered into besides recovering damages as may be found necessary, with due notice.

Signature of authorized representative

Page 106 of 113

CHAPTER-10

Page 107 of 113

7. BILL OF QUANTITY AND PRICE QUOTE SCHEDULE

SI Item Description Qty Uni Basic Total Total Total No t Unit GST Amt. Amt. Rate( Amt(₹) without with ₹) taxes ₹ taxes ( ₹) A RT_DAS SYSTEM DATA CENTRE :Server/Workstation Hardware 1 RT-DAS server 2 No. 2 FEP server with interface switches 2 No. 3 ISR server 2 No. 4 Developmental server with console 1 No. 5 Workstation with dual TFT monitors 4 No. 6 Layer II switch 2 No. 7 Router one each for interfacing IT system & As No. MPLS network Req 8 GPS Time synchronization system 2 Set 9 Any other items to meet specification 1 Lot requirements Software 10 RT-DAS software 1 Lot 11 ISR software 1 Lot 12 Any other item to meet specification (Item 1…n) 1 Lot ** B Sub-Stations and Field Equipment FRTU 1 FRTU comprising panels, racks, sub-racks, Power 118 No. Supply modules, CPU analog / digital input modules as per specification interfacing equipment, required converters and all other required items/accessories including complete wiring for all modules for locations mentioned below 2 MFTs 354 No. 3 CMRs (5 per feeder) 1770 No. 4 Modem 118 No. 5 Any other hardware to meet functional / 1 Lot performance requirement of MTS(Item 1…n)** Test equipment for RTU/FRTU 6 FRTU database configuration & Maintenance 19 No. Software Tool & Master Station cum RTU Simulator & Protocol analyzer software tool & Laptop PC for above software tools along with interfacing hardware including Hub Power Supply 7 DC power supply (DCPS) system based on SMPS 118 No. 8 Battery Bank for above DCPS(VRLA type) for 118 No. minimum 4 hours backup C Operation and maintenance Cost 1 Facility Management Service cost for 5 years 1 LS

TOTAL

** Bidder to survey the site and submit bids accordingly with the requirements that bidders deems fit to be mandatorily required to make the system fully operational. APDCL would not pay for any additional quantity of items beyond what is indicated in this price quote schedule. Bidder would have to supply and commission any additional items required at their own expenses to make the system fully operational.

Page 108 of 113

Annexure – I Town and 33/11KV Substations

Town Sl Town Name SS Sl No Substation Name 1 ABHAYAPURI 1 Abhayapuri 2 BADARPUR 2 Badarpur 3 BARPETA ROAD 3 Barpeta Road 4 BARPETA 4 Barpeta 5 BASUGAON 5 Basugaon 6 BIHPURIA 6 Bihpuria 7 BIJNI 7 Bijni 8 BILASIPARA 8 Bilasipara 9 9 Bokajan 10 Birjhora 10 11 Chapaguri 12 Dhaligaon 11 CHABUA 13 Chabua 12 CHAPAR 14 Chapar 13 CHARIALI 15 Chariali 14 DERGAON 16 Deragaon 15 DHEKIAJULI 17 Dhekiajuli 16 18 Dhemaji 17 DHING 19 Dhing 18 DHUBRI 20 Dhubri 21 Beheating 22 University 23 Khanikar 19 24 Kodomoni 25 AMCH 26 Phoolbagan 20 DIGBOI 27 Balijan Digboi 21 28 Diphu 22 DOBOKA 29 Neelbagan 30 Doomdooma 23 DOOMDOOMA 31 Rupai 24 32 Tipling 25 GAURIPUR 33 Gauripur 26 34 Goalpara 35 Golaghat 27 GOLAGHAT 36 Jonaki Nagar 37 Chinatoli 28 GOSAIGAON 38 Gosaigaon 29 39 Haflong

Page 109 of 113

Town Sl Town Name SS Sl No Substation Name 30 HAILAKANDI 40 Hailakandi 31 HOJAI 41 Hojai 32 HOWLI 42 Howli 33 JAGIROAD 43 Jagiroad 44 Gormur 45 Chinamora 46 Lichubari 34 47 Pulibor 48 Jorhat 49 Kolakhowa 35 KARIMGANJ 50 Karimganj 51 Burigaon 36 KHARUPETIA 52 Kharupetia 37 KOKRAJHAR 53 Kokrajhar 38 LAKHIPUR 54 Lakhipur 39 LALA 55 Lala 40 LANKA 56 Lanka 41 LUMDING 57 Lumding 42 MAKUM 58 Makum 43 MANCACHAR 59 Mancachar MANGALDAI 60 Industry 44 MANGALDAI 61 Mangaldai 62 Ledo 45 MARGHERITA 63 Margherita 46 MARIANI 64 Mariani 47 MARIGAON 65 Marigaon 48 NAGAON 66 Nagaon 49 NAHARKATIA 67 Naharkatia 50 NALBARI 68 Nalbari 51 NAMRUP 69 Namrup 52 70 Nazira 71 Amingaon 53 NORTH GUWAHATI 72 North Guwahati 73 Sishugram 54 74 Ramanichuk 55 RANGAPARA 75 Rangapara 56 RANGIA 76 Rangia 57 SIBSAGAR 77 Sibsagar 58 SILAPATHAR 78 Chilapathar 79 Malinibil 59 80 Meherpur 81 Srikona 60 82 Sonari

Page 110 of 113

Town Sl Town Name SS Sl No Substation Name 61 SUALKUCHI 83 Sualkuchi 62 TANGLA 84 Tangla TEZPUR 85 Parowa 63 86 Tezpur TEZPUR 87 Depota 88 Borguri 64 89 Porbotia 90 Tinsukia Thermal 65 UDALGURI 91 Udalguri 66 SAPATGRAM 92 Sapatgram 67 93 Amguri 68 Barpathar 94 Barpathar 69 Bokakhat 95 Bokakhat 70 Dhakuakhana 96 Dhakuakhana 71 Dokmoka 97 Dokmoka 72 Donkamokam 98 Donkamokam 73 Hamren 99 Hamren 74 Howraghat 100 Howraghat 75 Kampur Town 101 Kampur 76 Mahur 102 Mahur 77 Maibong 103 Maibong 78 Moranhat 104 Moran 79 Narayanpur 105 Narayanpur 80 Palasbari 106 Mirza 81 Raha 107 Raha 82 Sarbhog 108 Sarbhog 83 Sarthebari 109 Sarthebari 84 Simaluguri 110 Nazira 85 Teok 111 Teok 86 Tihu 112 Nathkuchi 87 Umrangso 113 Umrangso 88 Pathsala 114 Pathsala 89 Sarupathar 115 Sarupathar 90 Titabor 116 Titabor 91 Lakhipur 117 Lakhipur 92 Gohpur 118 Gohpur

Page 111 of 113

Annexure-II Table : Server Configuration

Server Specification Type 1

Minimum Quantity of the features Server

CPU (SPEC CPU 2017 V1.0 benchmarking Standards) 2X8C, 3.2GHz X-86 -64

Latest version of OEM operating system shall be RHEL / Windows provided for each server, with required number of user license on each server

RAM 128GB DDR3 Scalable Upto 512 GB HDD 6X1 TB Power Supply Dual Redundant with 80 plus platinum certification Integrated hardware RAID controller and should support RAID 1, 5 & Hot Spare hardware RAID 0, 1, 10, 5. Offered controller should have 512 MB battery backed cache Server should be configured with single DVD-RW DVD-RW drive/ drive/ blue- ray R/W drive blue-ray R/W drive

Ethernet ports 4*10 Gigabit Ethernet (For FEP 6*10Gigabit Ethernet) Server should be configured with two dual port 16Gbps Two dual port 16Gbps Fibre Channel adapter to connect to external storage. Fibre Channel adapter

Operating System Support Server should support latest version of Windows/Linux operating system USB Ports 4

Integrated management console with remote presence Server should be supplied with OEM's software/Hardware and required ports

Annexure-III Table : Workstation Configuration

SN Item Description Workstation Grade (SPEC CPU 2017 V1.0 1 Grade Benchmarking Standard) 2 RAM 8 GB expandable upto 16GB 3 Processor speed 3.0GHz processing speed Internal Auxiliary 4 memory 2*500GB RAID 1 5 Speakers Two internal speakers

Page 112 of 113

1 GB dual Ethernet ports Min 4 USB Ports Port for cartridge magnetic tape drive Graphic adapter 6 Interfaces cards(HDMI) - 3nos 1. One 24” and Two 46' wide 2. Three numbers 30” Screen (16:9 aspect ratio), HD Resolution (1920x1080) 7 User interface LED Colour monitors, keyboard & optical mouse 8 Mounting Desktop mounting 9 Power supply Dual AC Power supply Microsoft Windows 8.1 Or Latest Professional Operating system (compatible with the OEM software) Monitors 1 Diagonal Viewable size 2 Colour support 16.7 million 3 On screen control Required 4 Anti-glare & anti-static Yes 5 Tilt , Swivel Yes 6 Aspect ratio 16:09

Page 113 of 113