contractor should visit the site with unhcr engineer and should access the present condition of the...
TRANSCRIPT
Annex A – CALENDAR OF ACTIVITIES
ACTIVITY DATE
Launch of the RFP 07/02/2014
Site visits 11/02/2014
Closing date for submission of
offers
21/02/2014
Questions to be sent 13/02/2014
Interviews with the shortlisted
bidders
28/02/2014
1
1111
TOR TERMS OF REFERENCE
For Rehabilitation and /or reconstruction of part of buildings to be used for kitchen facilities
including supply and installation of kitchen equipment’s provided by the bidder in Vrajdebna
refugee camp in Sofia, Bulgaria.
2
Contents:
1. The Requirement
2. The Scope of Works.
2.1 Cost of Preparation and submitting a proposal
2.2 Modification of the RFP documents
2.3 Interpretation of RFP document
2.4 Language of the Solicitation
2.5 Proposal Pricing
2.6 Period of Proposal Validity
2.7 Submission of Price information
3. Bidders Profile
3.1 General
3.2 Experience and Expertise
3.3 References
3.4 Differentiations and Bidders Assets
4. Proposed Key personnel
4.1 Organization and Staffing
4.2 Curriculum Vitae for Proposed professional staff
5. RFP structure, Governance and Leadership
5.1 Governance & Project Management
5.2 RFP Leadership
5.3 Response Structure
6. Eligibility Requirements
6.1 Eligibility Criteria
7. Bid Assessment
7.1 Bid Analysis and scoring
8. Financial Proposal Submission form
9. Evaluation of Proposal
9.1 Selection and Evaluation of Proposals
9.2 Contacts between the Bidder and UNHCR
9.3 Termination of RFP procedures
10. Technical Evaluation
11. Financial Evaluation
11.1 Notification of award
11.2 Advance Payments
11.3 Payments
12. Anticipated duration of the contract
13. Audit right of UNHCR
14. Defect Liability
3
15. Summary of Bill of Quantities
16 Bill of Quantities
Part A- Civil Works
Part B- Electrical Works
Part C- Sanitary,Water supply and Sewerage works
Part D- HVAC Works
Part E- Kitchen Equipment
17. Drawings
18. Technical Specifications
Part-A Civil Works
Part-B Electrical Works
Part-C Sanitary, Water supply and Sewerage works
Part-D HVAC Works
Part-E Kitchen Equipment
4
1. The Requirement
The present section provides a high level description of the terms of reference and the scope of work
for service provision. These are fully detailed in the subsequent sections.
3 Scope of Work for Service Provision
5
2. The scope of works:
UNHCR OFFICE Bulgaria intends to rehabilitee of the former of part of buildings to be used for
kitchen facilities including supply and installation of kitchen equipment’s provided by the bidder in
Vrajdebna refugee camp in Sofia, Bulgaria. This includes all works described in detail in the attached
Bill of Quantities (BOQ).
The tender envisages design, build and supply-and-fix of equipment for a part of an existing
dormitory .The complex has been vacant before the current refugees’ influx. Presently approximately
400 refugees have been accommodated. The complex comprises dormitory section, school rooms,
kitchen section with associated store, dining area, basement service rooms, sanitation facilities
associated with the relevant activities.
The purpose of the rehabilitation, renovation of kitchen facilities and dining room and new kitchen
equipment-supply-and fix is to satisfy the food preparation and food distribution for the
accommodated refugees.
The building structure visual inspection showed no signs of structural defects.
The kitchen and the dining facilities are allocated in separate wing and are one story high. The kitchen
has separate access from outside. The kitchen has not been in use for several years. All building
systems function with unproved capacity. The rehabilitation is planned to be part of general
renovation of the building.
The approximate dimensions of the dining area are 24.0 m X 9.0 m. The dimensions of the kitchen
area are 16m x 8 m. The structural height is approximately 3. 30 m. The building structure is RC,
constructed circa1970’s. The floor finish of the dining and kitchen area is mosaic, which is generally
in good condition. The existing steel framed windows are in good condition. The wooden doors shall
be replaced.The partition walls are brick walls, plastered and painted with acrylic paint. The ceilings
are plastered and paintedwith acrylic paint.
The kitchen areas were properly planned for the ideal kitchen. There are several rooms for washing of
food items, dishes, and cutting of meats, fishes, vegetables, preparation foods and stores.
As the kitchen areas are not functioning for the past several years, all the kitchen equipment is
predominantly missing or damaged. And the existing water supply, sewerage, ventilation, electrical
and heating systems are not working properly. There is no fire alarm system in place. All wares are
condemned or missing.
Contractor should visit the site with UNHCR Engineer and should access the present condition of the
building and its systems and make a technical and financial proposal for total rehabilitation works for
the kitchen, dining and storage areas and kitchen equipment-supply and install. The pricing document
(BoQ) is prepared as a guidance document forbidders. All bidders are advised to satisfy themselves
during the site visit that all possible items of work are included. The bidder is given an opportunity in
the financial proposal form to include any additional items deemed necessary for proper completion
of the works.
UNHCR OFFICE in Sofia,Bulgaria invites proposals from construction firms, who have valid
registration and relevant experience to perform the job maintaining high quality of work in a timely
manner.
Technical proposals will be evaluated as per the criteria given in the RFP. Financialproposals will be
opened only after the submission of the technical evaluation report.
Construction Firm will be selected under Quality Cost Based Selection (QCBS) – Best Value
(BV)approach.
6
Proposals must be valid for a period of sixty (60) days from time and date of thesubmission of the
proposal.
2.1 Costs of Preparing and submitting a proposal
The Bidder shall bear all costs associated with the preparation and submission of Proposal
andContract negotiations. UNHCR Bulgaria will under no circumstances be responsibleor liable for
these costs, regardless of the outcome of the proposal process and reserves the right toannul the
selection process at any time prior to subcontract award, without thereby incurring anyliability to the
Applicants.
2.2 Modifications to the RFP documents
UNHCR Bulgaria reserves the right to unilaterally issue modifications to the RFP. Ifissued,
modifications will be timely provided to all bidders.
The deadline for submission may be extended depending on the scope of a modification.
Proposalvalidity extension may be requested.
2.3 Interpretation of RFP documentation
UNHCR BULGARIA will respond to written inquiries for interpretation or clarification.Responses
will be sent anonymously to all biddersvia email. Phone or other verbal enquiries shall not
beentertained.
Verbal correspondence will not be considered as official communication. Only written modifications
to
RFP documents will be considered official communications.
2.4 Language of the Solicitation
The Proposal prepared by the Biddersand all related correspondence and documents
exchangedbetween the Bidders and UNHCR BULGARIA, shall be in English.
2.5 Proposal Pricing
The Financial Proposal shall include unit prices against each entry of the Bill of Quantities. The
quoted price shall be final and shall include all relevant cost components.
The contract will be awarded as a lump-sum for the required time frame. Unit prices will be used only
for the negotiation ofchange orders, if any.
The total “All inclusive” contract value and unit price of each Bill of Quantities item shall be quoted
in the currencyspecified in the RFP.
Should any bidderdeem necessary to correct the BOQ quantities and/or include in the BOQadditional
trades and/or materials, such additions shall be quoted on a separate sheet. A summarysheet must then
be provided, as follows:
Tender BOQ Lump-Sum Total: USD or BGN
Additions to the Tender BOQ Lump-Sum Total: USD or BGN
Grand Lump-Sum Total: USD or BGN
For the contract award only the Tender BOQ “All inclusive” Big Total will be considered
7
2.6 Period of Proposal Validity
Proposals shall remain valid for the period specified in the covering note.Under exceptional
circumstances, Bidders may be requested to extend the period of validity of theProposal. If theBidder
does not wish or is not able to extend the period of validity, hemay withdraw the Proposal.
2.7 Submission of price information
The bidder must clearly separate their technicaloffer from their financial offer. The technical
component must not contain any financial Information. Doing so will result in your submission being
disqualified.
44444444444444444444444444444444444444444444444444444444
Contractor’s Profile
3. Bidders profile:
The bidder’s careful attention is required throughout this section to understand UNHCR’sexpectations
from the company.
UNHCR will carefully assess the Bidder’s Profile to determine the extent of compliance
withUNHCR’s expectations, along the following headlines:
3.1 General
UNHCR expects the bidder to provide the following information and documents:
a. Brief company history (VAT, Valid trade license, Business Address & company registration,
Bulgarian chamber of construction license).
b. Financial statements covering the last three years.
c. Declaration about Legal Capacity (to prove that the bidder is an individual legal entity) with
right to enter intocontract.
d. Litigation History ( close 7)
3.2 Experience and Expertise
UNHCR expects to receive Curriculums Vitae of the bidders staff involved with the project, including
but not limited to:
a. Project Manager
b. Site Supervisor
c. Other key personnel
UNHCR reserves the right to ask for more information on some or all of the listed staff. The bidder
should also prove allocated staff are assigned to the project.
3.3 References
UNHCR expects the bidder to provide three references on recently completed or ongoing
workssimilar to the works with the following information:
a. Customer Name
b. High Level description of the Project
c. Date of Project (start & completion)
d. Full Contact information
e. Value of the contract, as awarded and actual
8
UNHCR reserves the right to call or write to the advised customers to seek additional information
onthe contractor and/or its services.
3.4 Differentiators &Bidders Assets
As stated before, UNHCR works in very challenging and demanding environments and expects
excellence in managed service delivery. This can only be achieved through a solid and
flexiblepartnership.
In this respect the bidder is expected to list::
a. UN experience & exposure
b. Similar experience in harsh environment
c. Local knowledge
d. Ownership
5 Proposed Key Personnel
9
4. Proposed Key Personnel:
4.1 Organization and Staffing:
In this chapter you should propose the structure and composition of your team deployed to undertake
the job. You should list the main disciplines of the assignment, the key expert responsible, and
proposed technical and support staff.
Propose key Personnel
Position assigned Name of
Staff
Education Years of Experience in
construction and in
the assigned role
Project Manager: Professional civil engineer
with 5years’ experiencein
construction.
Site Supervisor Diploma in Civil Engineer
with 3 years’ experience.
10
4.2 Curriculum Vitae for Proposed Professional Staff
1.Proposed Position [only one candidate shall be nominated for each position]:Specify if Company
staff member or professional hired for this contract.
3. Name of Staff [Insert full name]:
4. Education [Indicate college/university and other specialized education of staff member,giving
names of institutions, degrees obtained, and dates of obtainment]:
5. Membership of Professional Associations:
6.Other Trainings [Indicate significant training since degrees under 5 - Education were obtained]:
7. Countries of Work Experience: [List countries where staff has worked in the last ten
yearspreferably on the area of civil construction]:
8.Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading]:
9.Employment Record [Starting with present position, list in reverse order every employment held
bystaff member since graduation, giving for each employment (see format here below): dates
ofemployment, name of employing organization, positions held.]:
From [Year]: ____________To [Year]: ____________
Employer: _____________________________________
Positions held:
10. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications, and my experience. I understand that any willful misstatement
describedherein may lead to my disqualification or dismissal, if engaged.
_____________________________________________________ Date ___________________
[Signature of staff member or authorized representative of the staff] Day/Month/Year
11
5. RFP Structure, Governance and Leadership 6 RFP Structure, Governance and Leadership
5.1 Governance & Project Management
The Representative UNHCR Bulgaria will exercise overall governance. UNHCR Project Manager
will ensure operational governance.
5.2 RFP Leadership
The Representative UNHCR Bulgaria will lead the project to”Rehabilitation and/or reconstruction of
parts of buildings to be used for kitchen facilities including supply and installation of kitchen
equipment provided by the bidder for the Refugee Camp in Vrajdebna, Sofia”
5.3 Response Structure
UNHCR would strongly suggest that your technical response strictly follows the section headingsused
in this document. We believe this will ensure that you respond to all aspects of the RFP and thatthe
evaluation teams are able to complete their evaluation on a like for like basis.
7 Eligibility Requirements
6.Eligibility Requirements:
6.1 Eligibility Criteria
The Bidder agrees to submit
a. An affidavit stating that the bidder has not been involved in litigation with any UN Agency
/Department / Organization or black-listed by a UN entity. Eligible/Not Eligible.
b. A Valid Legal Registration.
c. Bank reference(s) Eligible/not-eligible.
d. Bank letter stating the availability to issue a performance bond, equal to 10 (ten) % of the
contractvalue, for the entire duration of the contract, including the 12 (twelve) month warrant period,
startingfrom the date on which the UNHCR Project Manager issues a certificate of
substantialcompletion. The performance bond must be submitted in original after award and prior to
signthe contract.
Bidders not meeting the above mandatory conditions of eligibility will be disqualified. Theinterested
Bidders will be technically evaluated on the basis of information provided in the Technicalproposals
on the following criteria.
8 Bids Assessment
7. Bids Assessment:
7.1 Bids Analysis and Scoring
The analysis and scoring of bids is done along two separate processes, financial and technical. The
technical component is weighted at 60% of the total score and the financial component at 40%.
Theassessment of technical component is divided into 4 major categories:
a. Company qualification-all legal documents such as VAT, Registration, Legal capacity.
b. Proposed Service and ToR understanding.
c. Project staff.
d. Own equipment.
12
e. Kitchen equipment quality and compliance with the technical specifications.
The technical matrix used for the assessment of the bids and the bidders is confidential and shall notbe
disclosed at any stage of the process nor beyond. The scoring is weighed and is done along
thefollowing four principles:
a. Fully Compliant.
b. Compliant with Minor Deficiencies.
c. Compliant with Major Deficiencies.
d. Non-Compliant.
UNHCR has set a number of indicators reflecting the core aspects of the required services. Non-
compliance for two or more indicators will disqualify the bidder. (See Section 11.1)
The Financial Proposal Submission Form will be used by the contractor to submit their offer. (See
Section 9)
9
13
8 Financial Proposal Submission Form
[Location, Date]
To,
Representative,
UNHCR Bulgaria
---------------------------------------------------------------------------------------------------------------------------
Name and address of the Bidder
We have studied the RFP documents (RFP/2014/01)and all of its appendices. We hereby agree to
provide the required services and goods under the project entitled: “Rehabilitation and /or
reconstruction of partof buildings to be used for kitchen facilities including supply and installation of
kitchen equipment provided by the bidder in Vrajdebna refugee centers in Sofia, Bulgaria” for the
amount
of:………………………………………………………………………………………………………
……( Grand Total in words)
Bid Item In figures In words Currency
A. All inclusive fixed
price Total as per
UNHCRBOQ:
All inclusive price for
additional
quantities/trades/materials
deemed necessary to be
included by the bidder
after site visit / detailed
inspection of the works,
toadded to the UNHCR
BOQ:
Total(A+B)
Remark: All prices must be given without VAT.
The financial proposal shall include an“All inclusive” price for carrying out “Rehabilitation and /or
reconstruction of part of buildings to be used for kitchen facilities including supply and installation of
kitchen equipment’s provided by the bidder in Vrajdebna refugee camp in Sofia, Bulgaria.”, inclusive
of all costs involved and all other expenses associatedfor successful completion of the project.
Payment of all applicable duties and taxes in respect of theapplicants will be the responsibility of the
bidderand biddersare advised to quote their lump sum bid amount excluding of such applicable levies
and bidders shall be deemed to have satisfied themselves in this regard before submitting their
proposal. This Proposal is valid for 60 (sixty) days from the deadline of the Proposal submission.
(Signature) (Title) (Seal)
_____________________________
(Name of the Bidder)
Contact person/Address/ Cell phone number
14
9. Evaluation of Proposal:
9.1 Selection and Evaluation of Proposals
UNHCR Bulgaria will nominate a Technical Evaluation Committee to evaluateProposals in
accordance with the Technical Evaluation Criteria. Technical Proposals will be evaluatedto determine
the technically acceptable proposals.
Financial Proposals will only be evaluated by the Price Evaluation Committee after the Technical
Proposals have been scored and signed report submitted. Technically acceptable proposals will be
evaluated based on Best Valueapproach.
The Evaluation Committee(Technical and Price Evaluation Committee) will consider the technical
merits in accordance with the scoring system, and the price offer on the basis of the “Best value for
money” principle.
In addition to the specification in the sub-clauses above, UNHCR Bulgaria reserves the right to reject
any Proposal if:
The Bidder’s qualification or Proposal data are proven to be false;
The Bidder commits a proven unfair or dishonest act in order to acquire rights foragreement
award.
Submitted bonds may be confiscated.
The Technical Evaluation Committee may request clarifications through the UNHCR Procurement
Officer on parts of the technical proposals that may be unclear.
If there are arithmetic mistakes in the price offer of the technically acceptable Bidders,
UNHCRBulgaria will rectify these mistakes on the following basis:
If there is a discrepancy between the unit price and the total price that is obtained
bymultiplying the unit price and quantity, the unit price shall prevail, and the total price shall
becorrected; and
If there is a discrepancy between the amounts in figures and in words; advantage will begiven
to the amounts in words.
If the correction(s) leads to a different total cost, this new total cost will be considered by the
Price Evaluation Committee.
UNHCR Bulgaria reserves the right to reject the Proposal if the technicallyacceptable Applicant does
not accept the correction of mistakes in the budget by UNHCRBulgaria.
9.2 Contacts between the Bidder and UNHCR
Bidder shall not contact UNHCR on any matter relating to theirProposals, from the time of the
contract is awarded.Any effort by the Bidderto influence UNHCR in its decisions on
Proposalevaluation, Proposal comparison, or contract award will result in the rejection of the
Bidders'Proposal.
9.3 Termination of RFP procedures
15
UNHCR Bulgaria may terminate the RFP procedures at its own discretion.In case of termination of
this RFP, UNHCRshall notify all the Bidderswithin 10 (Ten) calendar days of the decision to
terminate.
UNHCR is not obligated to provide the Bidders with detailed informationor specific reasons for
terminating the RFP. UNHCR is not obligated torefund expenses incurred in preparing and submitting
any proposals in response to this RFP.
1110 Evaluation of Proposals 11 Technical Evaluation 10. Technical Evaluation:
10.1 Technical Evaluation Criteria:
Criteria used for the evaluation of all Technical
Proposals (out of 60 points)
a. Company qualification ( 20 points):
Applicants are required to provide all information regarding
company registration, business address, Vat, Valid trade
license, declaration about Legal Capacity to enter the
contract, litigation history, past experience.
b.Proposed Services and ToR understanding(20 Points):
A construction schedule, including all major construction
activities andallotment of resources. Minimum number of
activities should bedetermined by the Project Manager and
provided to bidders. TheConstruction Schedule must be
prepared by using specific schedulingsoftware. It is
suggested to use Microsoft Project. However, should
anybidder prefer to use another equivalent software, they
must be warnedthat a license of that software must be
provided to the UNHCR ProjectManager for the duration of
the contract, including the warrant periodof 12 months after
completion. For evaluation purpose, a hard copy ofthe
schedule will be sufficient.
An overview of their Quality Control procedures, not to
exceed five (5)A4 pages. Quality certifications may be
attached in addition to the five pages.
Past Experience:The experience demonstrated by bidders in
performing contracts similar to thesubject work for:
b.1 Scope of similar type and size of works.
b.2 Complexity (number of similar trades, as per the
attached Bill of Quantities.
Only projects with a positive feedback from reference points
of contact interviewed for the evaluation of past
performance will be evaluated.
Minimum number of projects for evaluation is three.
Proposals with less than three past performance/experience
projects with positive feedback will be excluded from the
tender.
Past Performance:Performance of the bidders on the five
projects presented for past evaluation,as assessed by their
clients through telephone interviews.Applicants are allowed
16
to submit commendation letters, awards and any other
official documents certifying performance.
c. Key Professionals (10 points):
1. Project Manager
-Preferably a professional Civil engineer with minimum
5years of Construction experience.
-Required to be fluent in the English language, both written
and Spoken.
-Entitled to negotiate on behalf of the contractor any change
ordersthat may be required by UNHCR Bulgaria as well
asany other contractual issues.
-Will be the contractual counterpart to UNHCR,Bulgaria.
1. Site Supervisor
-Required to be a diploma in Civil engineer with minimum 3
years ofConstructionexperience.
-Required to be full time on site for the duration of the
contract.
-Required to be fluent in the English language, both written
and Spoken.
d. Own equipment ( 5 points)
The biddershall provide own or have assured access of the
essential equipment for the required works.
e. Kitchen equipment quality ( 5 points)
Quality of the kitchen equipment,
Life Cycle,
Warranty,
Defect liability period
Brand name.
Note: The above technical evaluation/assessment constitutes 60% weight-age in the total scoring for
selection of the Contractor. Minimum Technical Score required to be eligible for award is 45 points.
11Financial Evaluations:
The lowest proposal will be rated with the maximum score envisioned in the RFP for the financial
proposal (40/100 points).
All other proposals will be rated according to their percentage deviation from the lowest proposal, by
using the following algorithm:
Score Pi = [(P1 / Pi) * J]
Where:
17
J = Maximum available score for the financial proposal.
Pi = Financial Proposal to evaluate.
P1 = Lowest Financial Proposal.
Proposals will be ranked according to their combined technical and financial scores.
The bidder achieving the highest scores entailing both technical and financial aspects will be awarded
the contract.Corrections to the BOQ quantities and/or additional trades and/or materials, must be
quoted on a separate sheet.
The proposal acceleration shall be justified by the construction schedule provided as per the above.
11.1 Notification of Award
Within 10 (Ten) Calendar days after the selection of the Bidder, UNHCR BULGARIA shall send the
successful Bidder a written notice on award and notify other Biddersof the outcome of the proposal
solicitation process.
11.2 Advance Payments
UNHCR does not make payments in advance.
11.3 Payments
UNHCR Bulgaria shall pay the Contractor in accordance with Payment schedules asper the agreed
contract terms and conditions.
18
12 Anticipated duration of the contract
13.1 Contract Completion Date
UNHCR requires the completion of all the works included in this tender within sixty 60days from the
contract signature date. 15 Audit Rights of UNHCR15
UNHCR
13. Audit rights of UNHCR.
Contractor shall maintain consistent records and accounts as necessary for the proper managementof
the Contract and in accordance with generally accepted accounting principles and practices.For the
purpose of reviewing and verifying the costs of cost reimbursable items and the quantitiesboth of
these and of items chargeable at specified rates or for any other reasonable purpose, UNHCRor its
authorized representative shall have access at all reasonable times, to all relevant records andaccounts.
UNHCR or its authorized representative shall have the right to reproduce and retain copiesof all such
records and accounts.
14.Defects Liability
14.1 Defects Liability Period
The expression "Defects Liability Period" shall mean the period of 18 (eighteen) months, calculated
from the date of completion of the Works stated in the Certificate of Substantial Completion issued by
the Engineer or, in respect of any Section or part of the Works for which a separate Certificate of
Substantial Completion has been issued, from the date of completion of that Section or part as stated
in the relevant Certificate. The expression "the Works" shall, in respect of the Defects Liability
Period, be construed accordingly.
For kitchen equipment’s, contractor should provide the warranty certificate by the company to replace
or repair within two years and made by prominent company.The major equipment’s life cycle shall be
not less than 10(ten) years. The equipment package shall be intact, unbroken and seal intact.
Declaration of conformity by EU standards, packing list and content list shall be included. (detailed in
technical specification of kitchen equipment’s)
19
20
United Nations High Commissioner for Refugees
Rehabilitation works forRehabilitation and/or reconstruction of parts of buildings to be used for
kitchen facilities including supply and installation of kitchen equipment provided by the bidder
for the Refugee Camp in Vrajdebna, Bulgaria
NOTICE - COMPLETE PROJECT PRICE:
All calculations, measurements and estimations
are based on the supplied documents, information
and drawing by the UNHCR. These documents
include the Drawings, BOQ, Schedules and
Specifications. Any discrepancies between these
documents are to be brought to the immediate
attention of UNHCR engineer.
21
Project No.:
Annex B
Date:
Summary prices and bill of quantities
Project No:
Project:
Date:
Company name:
All prices in EUR:
Works type Estimated price
Civil works :
Electrical works:
Sanitary, Water supply and Sewage
works:
Heating, Ventilation & Air Conditioning
(HVAC)
Kitchen Equipment’s
22
DETAILED BILL OF QUANTITIES (BOQ)
23
Project No.: RFP/2014/
Project:
Item: Civil works
Date:
ESTIMATE
Rehabilitation works for the kitchen and dining in Vrajdebna refugee camp
Item
No. Description of Items Quantity Unit
Rate
in Figure Amount
1 3 4 5 6 8
PART- A : Civil Works
1
Mobilization and cleaning site before commencing actual
physical work and during contract period and
demobilization after completion of the Works under
contract accepted by Engineer.
400.00 LS
2 Dismantling existing doors and windows ,and kitchen
equipment’s etc.
1500.00 LS
3 Supplying, fitting and fixing glazed wall tiles with on 20
mm thick cement sand mortar (1:3) base and raking out the
joints with white cement including cutting, laying and hire
charge of machine and finishing with care etc. including
water, electricity and other charges complete all respect
accepted by the Engineer.
On walls
30.00 sqm.
4 Supplying, fitting and fixing PVC flooring tiles on 20 mm
thick cement sand mortar (1:3) base including cutting,
laying and hire charge of machine and finishing with care
etc. including water, electricity and other charges complete
all respect accepted by the Engineer.
5.88 sqm.
5
Installation and Supplying best qualities laminated with the
thickness of 40 mm flush doors (.9 m X2 m) complete with
frame, leaves ,ironmongery with all necessary fixing such
as door locks ,hinges etc.
10.00 No.
6 Installation and Supplying best qualities with thickness of
50 mm exterior steel door (1 m X 2 m) complete with
frame, leaves ,ironmongery with all necessary fixing such
as door security locks ,hinges etc.
1.00 No.
7 Installation and Supplying steel frame for windows with
the section of hollow metal (size of 50 mm 50mm) with all
necessary fixing such as window locks ,hinges etc.
3.24 sqm.
8
Supplying, fitting. fixing of uPVC hollow or solid plastic
door (2.92 m x 2.18m) having section thickness min 60 mm
,white in colour, 1 no SS hasp bolt, door lock, with all
necessary fittings accepted by the Engineer
1.00 No.
24
9 Minimum 12 mm thick cement sand plaster (1:4) having
with fresh cement to wall both inner and outer surface,
finishing the corner and edge including washing of sand
cleaning the surface, scaffolding and curing at least for 7
days, cost of water electricity and other charges etc. all
complete in all respect as per drawing and accepted by the
Engineer.
15.00 sqm.
10
Painting to door and window frames,shutters in two coats
with approved best quality and colour of synthetic gloss
paint with primer coat delivered from authorized local
agent of the manufacturer in a sealed container, having
highly water resistant, high bendability, flexible, using
specific brand thinner applied by brass/roller/spray over a
coat of priming elapsing time for drying including surface
cleaning from dust, oil or dirt, smoothening. Finishing and
polishing with sand paper and necessary tools, scaffolding.
testing charges etc. all complete in all floors approved and
accepted by the Engineer.
87.24 sqm.
11
Painting to radiator and pipes in two coats with approved
best quality and colour of synthetic gloss paint with primer
coat delivered from authorized local agent of the
manufacturer in a sealed container, having highly water
resistant, high bendability, flexible, using specific brand
thinner applied by brass/roller/spray over a coat of priming
elapsing time for drying including surface cleaning from
dust, oil or dirt, smoothening. Finishing and polishing with
sand paper and necessary tools, scaffolding. Testing charges
etc. all complete in all floors approved and accepted by the
Engineer.
36.00 sqm.
12 Approved best quality white and colour Latex paint
delivered from authorized local agent of the manufacturer in
a sealed container, applying to wall and ceiling in 2 coats
with over a coat of brand specified primer or sealer elapsing
specified time for drying/ recoating matt finish including
cleaning and sand papering making the surface free from
loose and flaky materials, dirt, grease, wax, polish, scraping
all chalked and scaled materials, applying the paint by
brush/roller and necessary scaffolding etc. all complete in
all floors accepted by the Engineer.
810.50 sqm.
13 Cleaning, patching, acid washing and final sealing (wax) of
the existing mosaic floors in kitchen,corridors and service
rooms, all complete in all floors accepted by the Engineer.
434.40 sqm.
14 Cleaning existing wall tiles with refill the groves with
appropriate colourfiller, all complete in accepted by the
Engineer.
193.03 sqm
15
Repair of the damaged mosaic of walls,skirting with cement
mortar and properly painting as per instruction of engineer.
19.82 m
25
16 Supply and installation of window clear glasswith 5 mm
including sealing.
13.51 sqm
Sub Total of A
Part- B : Electrical works
А Electric boards, backup sources, main LV cables
1 Supply, installation, connection, commissioning of Main
distribution board MDB, as per specification, floor standing
on steel support, lockable steel rack, with all needed
equipment, rated ІР44, 1 No.
2 Supply, installation, connection, commissioning of Main
distribution board Kitchen, as per specification, floor
standing on steel support, lockable steel rack, with all
needed equipment, rated ІР44, 1 No
3 Supply, installation, connection, commissioning of
switchboard Dining hall, as per specification, wall mounted,
lockable steel rack, fitted with all protective, commutation,
control devices, protection rating ІР44, 1 No
4 Supply, installation, connection, commissioning of
switchboard HVAC, as per specification, wall mounted,
lockable steel rack, fitted with all protective, commutation,
control devices, protection rating ІР44, 1 No
А1 Supply and install cables NYY on cable tray
6
3x185+95+95 55 ml
7 5х6 50 ml
8 3х6 15 ml
А2 Cable termination and connection
9 185sqmm 4 No
10 6sqmm 4 No
11 Decorative cover of cable tray – plasterboard encasing,
lenght approx. 15m, size of the case ~50/50cm 1 No
В Light fixtures and installation
1 Supply and install light fixture pendant, 2x35W T5 lamp,
electronic gear,, grill, IP20 (dining hall), connection and
adjustment, 30 No
2 Supply and install light fixture pendant, 2x35W T5 lamp,
electronic gear,, mirror louvre, IP20 (office), connection
and adjustment, 1 No
26
3 Supply and install light fixture pendant, 2x35W T5 lamp,
electronic gear,, cover, IP65 (kitchen), connection and
adjustment, 11 No
4 Supply and install light fixture pendant, 2x35W T5 lamp,
electronic gear,, cover, IP65 (kitchen), emergency lighting
kit with battery 1h for one of the lamp, electronic gear,s,
connection and adjustment, 3 No
5 Supply and install light fixture pendant, 1x35W T5 lamp,
electronic gear,, cover, IP65 (kitchen), connection and
adjustment, 6 No
6 Supply and install light fixture pendant, 2x54W T5 lamp,
electronic gear,, cover, IP54 (preparation area), connection
and adjustment, 4 No
7 Supply and install light fixture pendant, 1x35W T5 lamp,
electronic gear,, cover, IP54 (preparation area), connection
and adjustment, 8 No
8 Supply and install light fixture ceiling mount, 2x26W CFL
lamp, ECG, cover, IP54 (WC), connection and adjustment, 6 No
9 Supply and install light fixture 1х28W, Т5, electronic gear,
with switch, surface mounted on wall, IP54, connection and
adjustment, 11 No
10 Supply and install light fixture 2х26W, CFL, electronic
gear, with switch, surface mounted on wall, IP65,
connection and adjustment, 2 No
11 Supply and install emergency light, with battery for 1 hour,
non-maintained operation, 1x8W, IP20, connection, 9 No
12 Supply and install emergency light, with battery for 1 hour,
non-maintained operation, 1x8W, IP65, connection, 13 No
13 Supply and install emergency escape sign with battery for 1
hour, maintained operation, 1x8W, pictogram, IP20
connection 6 No
14 Supply and install emergency escape sign with battery for 1
hour, maintained operation, 1x8W, pictogram, IP65
connection 9 No
15 Supply, install and connection of one-way light switch 10А,
surface-mounted 13 No
16 Supply, install and connection of one-way light switch 10А,
flush-mounted, including backbox 2 No
17 Supply, install and connection of one-way double light
switch 10А, surface-mounted 2 No
18 Supply, install and connection of two-way light switch 10А,
surface-mounted 2 No
19 Supply, install and connection of two-way light switch 10А,
flush-mounted, including back box. 6 No
20 Supply and install push-button, incl. back box. 8 No
21 Cable NYY4x1,5 – supply and install (for emergency
lights) 40 ml
22 Cable NYY3x1,5 – supply and install 1120 ml
23 Cable NYY5x1,5 – supply and install 60 ml
24 Supply and install conduit self-extinguishing 25mm 600 ml
25 Supply and install conduit 25mm under plastering (dining
hall) 450 ml
26 Make trench in wall, incl. materials 450 ml
27
С Sockets and supply of equipment
1 Supply and install water heater switch 2x25A with indicator
lamp 5 No
2 Supply and install socket SCHUKO- 16А/250V, flush
mounted, including back box, connection commissioning, 6 No
3 Supply and install socket SCHUKO , surface mounted
waterproof, connection commissioning, 12 No
4 Supply and install socket SCHUKO , surface mounted
waterproof, connection commissioning, 18 No
5 Supply and install socket and plug IEC1x16+N+PE, surface
mounted waterproof, connection commissioning, 4 No
6 Supply and install socket and plug IEC3x16+N+PE, surface
mounted waterproof, connection commissioning, 2 No
7 Supply and install local full-load switch 6А/220V, ІР55,
connection 1 No
8 Supply and install local full-load switch 10А/220V, ІР55,
connection 2 No
9 Supply and install local full-load switch 25А/220V, ІР55,
connection 1 No
10 Supply and install local full-load switch 6А/380V, ІР55,
connection 2 No
11 Supply and install local full-load switch 10А/380V, ІР55,
connection 2 No
12 Supply and install local full-load switch 25А/380V, ІР55,
connection 8 No
13 Supply and install local full-load switch 32А/380V, ІР55,
connection 1 No
14 Supply and install local full-load switch 40А/380V, ІР55,
connection 1
No
15 Supply and install emergency button type “mushroom“,
connection 2
No
16 Supply and install push-button with indicator lamp, 24V~
(WC), connection 1
No
17 Supply and install two-button „on-off“ with indicator lamp
(kitchen), connection 2
No
18 Supply and install motor starter (rotary handle,
thermomagnetic motor protection) IP65 – 1.6A/380V,
connection 2
No
19 Cable NYY2x1,5 – supply and install 60 ml
20
Cable NYY3x2,5 – supply and install 1620 ml
21 Cable NYY3x4 – supply and install 300 ml
22
Cable NYY5x1,5 – supply and install 95
ml
23
Cable NYY5x2,5 – supply and install 210
ml
24
Cable NYY5x4 – supply and install 150
ml
25
Cable NYY5x6 – supply and install 350
ml
26 Supply and install/pull conduit self-extinguishing 3/4",
surface 340
ml
28
27 Supply and install/pull conduit self-extinguishing 1",
surface 70
ml
28 Supply and install/pull conduit self-extinguishing 11/2",
surface 60
ml
29 Supply and install conduit 25mm under plastering (dining
hall) 160
ml
30 Supply and install conduit 40mm under plastering (dining
hall) 50
ml
31
Supply and install conduit 25mm floor screed (kitchen) 20
ml
32 Supply and install electrical distribution box IP54 for
surface installation 80 No
33 Supply and install electrical distribution box for hidden
installation 30 No
34 Make trench in wall, incl. materials 30 ml
D Cable trays
1 Supply and install cable tray 300/60mm, galvanized, indoor
usage, including hanging, instructed by the manufacturer,
completion with hanging and connection elements 40 ml
2
Supply and install cable tray 200/60mm, galvanized, indoor
usage, including hanging, instructed by the manufacturer,
completion with hanging and connection elements 40
ml
3 Supply and install cable tray 100/60mm, galvanized, indoor
usage, including hanging, instructed by the manufacturer,
completion with hanging and connection elements 60
ml
4 Supply and install cable tray 200/60mm, galvanized, indoor
usage, including hanging, instructed by the manufacturer,
completion with hanging and connection elements, with
separator 20
ml
5 Supply and install cable ladder LG 600/60mm, galvanized,
indoor usage, including hanging, instructed by the
manufacturer, completion with hanging and connecting
elements, with cover 5
ml
6 Sealing of opening 400/200mm with fire stop mineral wool
as per instruction of manufacturer 3 No
7 Sealing of opening 200/150mm with fire stop mineral wool
as per instruction of manufacturer 7 No
E Public address
1 Supply and install loudspeaker for surface installation on
wall, 1,5/3/6W/100V, 94dB/1W/1m termination
commissioning 5 No
2 Supply and install horn loudspeaker
3/5/10W/100V, 109dB/1W/1m 4 No
3 Supply and install/pull cable FE180 E30 1x2x0,8, on tray or
in conduit 250 ml
4 Supply and install conduit self-extinguishing 25mm 150 ml
29
5 Supply and install conduit 25mm under plastering (dining
hall) 70 ml
6 Supply and install electrical distribution box IP54 for
surface installation 10 No
7 Supply and install electrical distribution box for hidden
installation 4 No
8 Supply and install fireproof box with 4 terminals 1 No
9 Commissioning, programming, tests 1 set
Note:
1. The public address line shall be connected to the system
of the building – see building design for details
2. System is according EN54 and EN60849
F Data/voice cabling
1 Supply and install board for ELV systems – 1 switch 5ports
10/100, 2RJ outlets, TV splitter 1in/2out, free space for TV
amplifier 1 No
2 Double socket RJ45 cat5 surface mount, incl. termination 1 No
3 Cable FTP cat5 – supply and install 70 ml
4 Supply and install conduit self-extinguishing 25mm 35 ml
5 Supply and install/pull FTP cat5e cable on cable tray 30 ml
6 Supply and install electrical distribution box IP54 for
surface installation 2 No
7 Certification, tests, commissioning 1 Set
Note:
The data cabling shall be connected to building system –
see building design for details
G TV system
1 Supply and install TV outlet, incl. back box, connection 2 No
2 Supply and install/pull coaxial cable 75ohm 45 ml
3 Supply and install conduit 25mm under plastering (dining
hall) 45 ml
4 Make trench in wall, incl. materials 45 ml
5 Supply and install/pull coaxial cable 75ohm on cable tray 10 ml
6 Supply and install electrical distribution box for hidden
installation 2 No
Note:
The TV cabling shall be connected to building system – see
building design for details
H Grounding
30
1
Supply materials and make grounding – 2 galvanized steel
rods, 3m lenght 1 No
2 Test terminal 1 No
3 Supply an install galvanized steel bar 40/4мм 100 ml
4
Supply and install galvanized grounding plate 300/30mm 6 No
5 Supply and install flex copper wire 6sq mm, yellow/green 50 ml
6 Supply and install cable lug 6sqmm, copper 200 No
7 Main grounding plate 1 No
8 Tests, commissioning, adjustments
I CCTV
1
Supply and install dome vandal-resistant CCTV camera,
700TV lines, infrared lighting 4 No
2 Supply and install coaxial cable or UTP cat 5e 150 ml
3
Supply and install conduit 25mm under plastering (dining
hall) 150 ml
Note:
The CCTV system shall be connected to building system –
see building design for details
J INTRUDER ALARM
1
Supply and install control panel, 192 zones, 8 groups, 999
codes, memory for 2048 events 1 No
2 Supply and install power supply unit, incl. accumulator,
transformer, tamper 1 No
3 Supply and install keyboard 1 No
4 Supply and install zone expander 1 No
5 Supply and install accumulator 12V/7Ah 1 No
6 Supply and install net transformer 1 No
7 Supply and install volume PIR detector – ceiling mount 14 No
8 Supply and install door magnetic contact 2 No
9 Supply and install acoustic glass-break detector 12 No
10 Supply and install siren 1 No
11 Supply and install 6-wire CQR cable 300 ml
12 Supply and install cable NYY 3x1 150 ml
13 Supply and install data cable UTP cat 5e 200 ml
14 Supply and install conduit self-extinguishing 20mm 150 ml
31
15 Supply and install conduit 20mm under plastering (dining
hall) 90 ml
16 Make trench in wall, incl. materials 90 ml
L Miscellaneous
2 Tests, commissioning, adjustments 1
Sub Total of B
PART- C : Sanitary, Water Supply and Sewerage
works
WATER SUPPLY
1
Supply and Fix Poly Propilen -R type pipes for cold water
dia 20 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 50.00 lm
2
Supply and Fix Poly Propilen -R type pipes for cold water
dia 25 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 50.00 lm
3
Supply and Fix Poly Propilen -R type pipes for cold water
dia 32 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 10.00 lm
4
Supply and Fix Poly Propilen -R type pipes for cold water
dia 40 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 10.00 lm
5
Supply and Fix Poly Propilen -R type pipes for cold water
dia 50 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 30.00 lm
6
Supply and Fix Poly Propilen -R type pipes for hot water
dia 20 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 20.00 lm
7
Supply and Fix Poly Propilen -R type pipes for hot water
dia 25 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 75.00 lm
8
Supply and Fix Poly Propilen -R type pipes for hot water
dia 32 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 15.00 lm
9
Supply and Fix Poly Propilen -R type pipes for hot water
dia 40 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 30.00 lm
10
Supply and Fix Poly Propilen -R type pipes for cold water
dia 50 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 30.00 lm
11
Supply and Fix Poly Propilen -R type pipes for cold water
dia 63 mm, inclusive all fittings and inclusive all clips, 10.00 lm
32
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3.
12 Supply and fix Stop valve dia 20 mm 30.00 no
13 Supply and fix stop ball valve dia 20 mm, no drain 5.00 no
14 Supply and fix stop ball valve dia 25 mm, no drain 5.00 no
15 Supply and fix stop ball valve dia 50 mm, no drain 2.00 no
16 Supply and fix stop gate valve dia 20 mm, no drain 4.00 no
17 Supply and fix stop gate valve dia 25 mm, no drain 5.00 no
18 Supply and fix stop gate valve dia 50 mm, no drain 5.00 no
19 Supply and fix stop gate valve dia 50 mm, no drain 2.00 no
20 Supply and fix stop ball valve dia 20 mm, drain 4.00 no
21 Supply and fix stop ball valve dia 25 mm, drain 5.00 no
22 Supply and fix stop ball valve dia 32 mm, drain 5.00 no
23 Supply and fix stop gate valve dia 25 mm, drain 10.00 no
24 Supply and fix stop gate valve dia 32 mm, drain 5.00 no
25 Supply and fix return valve dia 20 mm 5.00 no
26 Supply and fix return valve dia 20 mm 5.00 no
27 Supply and fix return valve dia 20 mm 5.00 no
28 Supply and fix return valve dia 20 mm 2.00 no
29 Supply and fix pressure valve 5.00 no
30
Supply and fix electrical water heater capacity 80 lt, Pn= 3
Kw, vertical installation, all connectors inslusive, testing
and brackets and auxilary fittings inclusive 5.00 no
31
Supply and fix electrical water heater capacity 150 lt, Pn= 3
Kw, vertical installation, all connectors inclusive, testing
and brackets and auxiliary fittings inclusive 5.00 no
32 Supply and fix PP-R brackets dia 25 10.00 no
33 Supply and fix PP-R brackets dia 25 10.00 no
34 Supply and fix PP-R brackets dia 25 25.00 no
35 Supply and fix PP-R brackets dia 25 10.00 no
36 Supply and fix PP-R brackets dia 25 20.00 no
33
37 Supply and fix PP-R brackets dia 25 25.00 no
38 Supply and fix PP-R brackets dia 25 5.00 no
39
Supply and fix wash-hand basin hot water mixer, standing
type, all accessories inclusive, with all connectors inclusive 1.00 no
40
Supply and fix wash-hand basin hot water mixer (kitchen
sink), standing type, all accessories inclusive, with all
connectors inclusive 10.00 no
41
Supply and fix wash-hand basing hot water mixer, wall
type, all axesoiresinclusssive, with all connectors inclusive 10.00 no
42
Supply and fix hot water mixer, wall type, all accessories
inclusive, holder connection 2.00 no
43
Supply and fix hot water shover mixer, all accessories
inclusive 2.00 no
44
Supply and fix circulation pump, indoor type, Q=3,46 l/sec,
H=5 m 1.00 no
45
Supply and fix pipe insulation dia 20 mm, D=9 mm,
horizontal 70.00 no
46
Supply and fix pipe insulation dia 25 mm, D=9 mm,
horizontal 40.00 no
47
Supply and fix pipe insulation dia 25 mm, D=13 mm,
vertical 10.00 no
48
Supply and fix pipe insulation dia 25 mm, D=13 mm,
vertical 6.00 no
49
Supply and fix pipe insulation dia 25 mm, D=19 mm,
basement 70.00 no
50
Supply and fix pipe insulation dia 32 mm, D=19 mm,
basement 25.00 no
51
Supply and fix pipe insulation dia 40 mm, D=19 mm,
basement 40.00 no
52
Supply and fix pipe insulation dia 50 mm, D=19 mm,
basement 60.00 no
53
Supply and fix pipe insulation dia 63 mm, D=19 mm,
basement 10.00 no
54 Supply and fix plugs, various types 20mm -63 mm 60.00 no
55 Desinsection and pressure testing water supply pipe line 300.00 lm
SEWAGE
56 Waste evacuation 5.00 cum
57
Supply and fix PVC pipe SN 8 dia 110 mm, all fittings
inclusive, brackets and hangers inclusive, t=3,2 mm 45.00 lm
58
Supply and fix PVC pipe SN 8 dia 40 mm, all fittings
inclusive, brackets and hangers inclusive, t=2 mm 10.00 lm
59
Supply and fix PVC pipe SN 8 dia 50 mm, t=2 mm, all
fittings inclusive, brackets and hangers inclusive 40.00 lm
34
60
Supply and fix PVC pipe SN 8 dia 110, t=2 mm, all fittings
inclusive, brackets and hangers inclusive 45.00 lm
61
Supply and fix PVC inspection 90 deg., pipe SN 8 dia 110,
all fittings inclusive, brackets and hangers inclusive 10.00 no
62
Supply and fix cast iron pipe dia 50 mm, t=4 mm., all
fittings inclusive, fix in bed of mortar 1: 3 and finish 8.00 lm
63
Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all
fittings inclusive, fix in bed of mortar 1: 3 and finish,
bottom flush 6.00 no
64
Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all
fittings inclusive, fix in bed of mortar 1: 3 and finish, side
flush 10.00 no
65
Supply and fix cast iron floor trap dia 110/ 50 mm, t=4 mm,
all fittings inclusive, fix in bed of mortar 1: 3 and finish,
bottom flush, residue filter inclusive 15.00 no
66
Supply and fix wash-hand basin bottle trap, single-bowl
type, all fittings and connectors inclusive 6.00 no
67
Supply and fix wash-hand basin bottle trap, double-bowl
type, all fittings and connectors inclusive 5.00 no
68
Supply and fix WC " Monoblock" -S type, PVC cover , all
water and sewage connectors inclusive, sealing and testing 2.00 no
69
Supply and fix porcelain wash-hand basins, wall mounted,
all water and sewage connectors inclusive, sealing and
testing, brackets and hangers inclusive 2.00 no
70
Supply and fix porcelain wash-hand basins, standing type,
all water and sewage connectors inclusive, sealing and
testing, brackets and hangers inclusive 2.00 no
71
Supply and fix grease separator, floor type, all accessories
inclusive, sealing and testing 5.00 no
72
Supply and fix wall brackets for PVC pipe dia 40 mm,
galvanized, rubber gasket inclusive 20.00 no
73
Supply and fix wall brackets for PVC pipe dia 50 mm,
galvanized, rubber gasket inclusive 50.00 no
74
Supply and fix PVC dia 110 mm hangers complete, ceiling
type, galvanized, gaskets inclusive 50.00 no
75
Supply and fix PVC reduction 110/ 50 mm, t=3, 2 mm,
seals inclusive 5.00 no
76
Supply and fix PVC inspection 90 degrees 110/ 50 mm, t=3,
2 mm, seals inclusive 5.00 no
77 Desinfection an testing sewage pipe line 150.00 lm
78 Wall openings blocking 200/200 mm 5.00 no
79 Wall openings blocking 600/200 mm 5.00 no
80 Existing sewage pipeline conductivity testing 60.00
Sub Total of C
Part D: Heating, Ventilation & Air Conditioning
(HVAC)
35
I. PRELIMINARY WORK
1 Disassembly of air ducts, storage and transportation to
recycling point
150.00 kg
2 Disassembly of steel pipes, storage and transportation to
recycling point
1200.00 kg
3 Disassembly of steel heaters, storage and transportation to
recycling point
9.00 No
4 Disassembly of cast iron heaters, storage and transportation
to recycling point
10.00 No
5 Drilling holes in brick walls 3.00 mou
II. VENTILATION
1. Kitchen Extract Air System
1.1 Extract fan, ductable, with motor out of air stream, incl.
flexible connections, el.board and control
Air flow rate 7500 m3/h
Ext. pressure 300 Pa
1.00 No
1.2 Exhaust ventilation grille - adjustable
Dimensions 500/200 mm
2.00 No
1.3 Transfer grille
Dimensions 600/400 mm
6.00 No
1.4 Air ducts of black steel sheets, welded joints, rectangular -
straight and shaped
22.00 Sqm
1.5 Testing and commisioning of ventilation system 1.00 No
2. Extract Air System - Storages and WC
2.1 Extract fan, ductable, incl. ON/OFF damper, el.board and
control
Air flow rate 800 m3/h
Ext. pressure 200 Pa
1.00 No
2.2 Exhaust ventilation grille - adjustable
Dimensions 300/150 mm
6.00 No
2.3 Transfer grille
Dimensions 500/100 mm
5.00 No
2.4 Discharge air grille on facade
Dimensions 200/200 mm
1.00 No
2.5 Air ducts of galvanized steel sheets, rectangular - straight
and shaped
32.00 Sqm
2.6 Regulating duct damper 2.00 No
2.7 Fire damper 200/200 mm 4.00 No
36
2.8 Testing and commissioning of ventilation system 1.00 No
3. Supply Air System - Dining
3.1 Supply fan, ductable, incl. ON/OFF damper, el.board and
control
Air flow rate 6800 m3/h
Ext. pressure 300 Pa
1.00 No
3.2 Air heater, ductable, incl. cut-off valves and air bleed
Heating capacity 45.6 kW
Carrier - water 90/70°C
1.00 No
3.3 Frost protection system, including sensor, adjustable control
valve and electrical wiring
1.00 No
3.4 Air filter class G4 ductable
Air flow rate 6800 m3/h
1.00 No
3.5 Ductablesilancer
Dimensions 1100/400 mm
1.00 No
3.6 Supply ventilation grille - adjustable
Dimensions 800/200 mm
12.00 No
3.7 Fire damper 800/600 mm 1.00 No
3.8 Circulating pump for water 90/70°C, flow rate 2m3/h,
pressure 8 m H2O, including cut-off valves, non-return
valve and flexible connections
1.00 No
3.9 Air ducts of galvanized steel sheets, rectangular - straight
and shaped
65.00 sqm
3.10 Regulating duct damper 2.00 No
3.11 Rubber sheet insulation for ducts 65.00 Sqm
3.12 Testing and commisioning of ventilation system 1.00 No
3.13 Steel pipes DN 32 140.00 Lm
3.14 Steel knees DN 32 22.00 No
3.15 Pipe insulation for steel pipe DN 32 of close cell structure,
thickness 13 mm
150.00 Ml
3.16 Protection for pipe insulation of steel or AL sheet 70.00 sqm
III. RADIAOR HEATING
1. Heaters
1.1 Steel panel heater with automatic air bleed, thermostatic
valve, fixing elements
H = 300 mm
Heating capacity 2400 W
Carrier - water 90/70°C
6.00 No
1.2 Steel panel heater with automatic air bleed, thermostatic
valve, fixing elements
H = 500 mm
Heating capacity 1000 W
22.00 No
37
Carrier - water 90/70°C
1.3 Steel panel heater with automatic air bleed, thermostatic
valve, fixing elements
H = 600 mm
Heating capacity 3500 W
Carrier - water 90/70°C
2.00 No
2. Piping
2.1 Circulating pump for water 90/70°C, flow rate 1.5m3/h,
pressure 8 m H2O, including cut-off valves, non-return
valve and flexible connections
1.00 No
2.2 Steel pipes DN 32 100.00 Ml
2.3 Steel pipes DN 25 30.00 Ml
2.4 Steel pipes DN 20 16.00 Ml
2.5 Steel pipes DN 15 80.00 Ml
2.6 Steel knees DN 32 16.00 No
2.7 Steel knees DN 25 4.00 No
2.8 Steel knees DN 20 4.00 No
2.9 Steel knees DN 15 80.00 No
2.10 Steel tees 8.00 No
2.11 Pipe insulation for steel pipe DN 32 of close cell structure,
thickness 13 mm
100.00 Ml
2.12 Pipe insulation for steel pipe DN 25 of close cell structure,
thickness 13 mm
30.00 Ml
2.13 Pipe insulation for steel pipe DN 20 of close cell structure,
thickness 13 mm
16.00 Ml
2.14 Pipe insulation for steel pipe DN 15 of close cell structure,
thickness 13 mm
20.00 Ml
2.15 Protection for pipe insulation of steel or AL sheet 70.00 Sqm
Sub Total of D
PART- E : Kitchen equipments
1
Grill, electric, flat, stainless steel, used oil collection tray
inclusive, Pn= 8kW/400V/50÷60Hz 9 ( Dimensions
800x700x900 mm)
1.00 No
2
Grill, electric, riffle, stainless steel, used oil collection tray
inclusive, Pn= 8kW/400V/50÷60Hz ( Dimensions
800x700x900 mm)
1.00 No
3 Working table with under shelf, 400 mm, stainless steel (
Dimensions 400x700x900 mm)
2.00 No
4
Electric Cooker, four round electric plates and oven 2/1
GN; Pn=17.9kW/400V/50÷60Hz;( Dimensions
800x700x900 mm)
1.00 No
5 Working table, isle type, stainless steel, low shelf inclusive(
Dimensions 1400x400x850 mm)
2.00 No
38
6
Electric cooker, four round electric plates,
Pn=10.4kW/400V/50÷60Hz; ( Dimensions 800x700x900
mm)
2.00 No
7 Fryer 2x10 lt, electric, stainless steel, Pn=12kW/400V(
Dimensions 800x700x900 mm)
1.00 No
8 Hood isle type with stainless plate filters and lighting 220V
( Dimensions 3000x1600x450 mm)
1.00 No
9
Refrigerated cabinet,wall-adjacent, two compartment
cooler, stainless steel; Pn=0,4kw/220V ( Dimensions
1340x600x850 mm)
2.00 No
10 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 1100x600x850 mm)
1.00 No
11 Meat-slicer dia 250; Pn= 0,25 кW/220V; speed=300 rpm 1.00 No
12 Cutter 5 lt; Pn= 1,5 кW/220V ( Dimensions 305x380x530
mm)
1.00 No
13 Working table, wall-adjacent, stainless steel with under
shelf( Dimensions 2000x600x850 mm)
1.00 No
14 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 900x700x850 mm)
2.00 No
15
Frying pan, "turn-type", 60 lt, electric, manualy operated;
Pn=9kW/400V/50Hz, Water supply connector 3/4''; Sevage
connector dia 50 mm ( Dimensions 800x700x900 mm)
1.00 No
16
Steam cooker, indirectly heated, 60 lt,
electrical;Pn=9kW/400V/50÷60Hz;Water supply connector
3/4''; Sevage connector dia 50 mm ( Dimensions
800x700x900 mm)
1.00 No
17 Hood with stainless plate the wall filters and lighting 220V
( Dimensions 1800x900x450 mm)
1.00 No
18
Injection Combi steamer Oven, stainless steel,color screen
Touch screen control programs menu in Bulgarian,
automatic washing, registration system HACCP, capacity
10+1 GN-1/1 ; Pn=17,6kW/380V;Water supply connector
3/4''; Sevage connector dia 50 mm; Stop-cock ( Dimensions
933x863x104600 mm)
1.00 No
18.1 Combi oven stand; tray guiders inclusive stainless
1.00 No
19
Hooding wall-adjacent stainless steel with stainless plate
the wall filters and lighting 220V ( Dimensions
1000x1100x450 mm)
1.00 No
20 Tray troley 15 trays;1/1 GN, stainless steel ( Dimensions
385x550x17300 mm)
2.00 No
21 Stainless steel shelf on 4 levels with perforated shelves ( 1.00 No
39
Dimensions 1170x630x1870 mm)
22 Working table, wall-adjacent with sink 600h500h300,
stainless steel ( Dimensions 1150x700x850 mm)
1.00 No
23 Wall-type shelf, stainless steel, console-type suspended (
Dimensions 1200x300x30 mm)
9.00 No
24 Microwave, console-type wall suspended; Pn=0.7kW/220V,
2pcs consoles(Dimensions 500х300х250 mm)
1.00 No
25 Working table, isle type, stainless steel, under shelf
inclusive (Dimensions 900х650х850 mm)
2.00 No
26 Bain Marie; wheeled; Capacity=3 GN 1/1;
Pn=1,35кW;220V(Dimensions 1170х650х850 mm)
2.00 No
27 Working cabinet table isle type, stainless with two shelves
under and sliding doors ( Dimensions 1400х700х850 mm)
2.00 No
28 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 2100х700х850 mm)
1.00 No
29
Refrigerated cabinet, stainless steel one door-type;
Capacity= 654 lt;GN 2/1, temperature range=0° ÷ + 10°C;
Pn= 0.75kW/220V 720х825х2100 ( Dimensions
720X825X2100 mm)
6.00 No
30 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 2100х600х850 mm)
1.00 No
31 Tray troley 16 trays; 400x600 mm, stainless steel (
Dimensions 470x620x1735 mm
1.00 No
32
Combi Oven for pastries,stainless steel, 6 trays 400x600
mm capacity; Pn=6,4kW/400V/50÷60Hz;Water supply
connector 3/4''; Sevage connector dia 50 mm( Dimensions
910x750x775mm
1.00 No
32.1 Combi Oven stand; tray guiders inclusive stainless steel 1.00 No
33
Hooding wall-adjacent stainless steel with stainless plate
the wall filters and lighting 220V (Dimensions
1000х900х451 mm)
1.00 No
34
Induction cooker, one electric plate,
Pn=3,5кW;220V/50÷60Hz; ( Dimensions 343x440x120
mm)
1.00 No
35 Working table, with sink 500х400х250 incusive, wall-
adjacent, stainless steel ( Dimensions 1750х600х850 mm)
1.00 No
36 Planetary mixer with three attachments, volume bass -20
Lt.; Pn=1.1kW/220V ( Dimensions 830х530х880 mm)
1.00 No
37
Vegetable slicer with 5 discs included, electric; Pn=
0,515kW/400V/230V/50Hz (Dimensions 280х510х460
mm)
1.00 No
38 Working table with two sinks 500х400х250, wall-adjacent,
stainless steel ( Dimensions 2500х600х850 mm)
1.00 No
39
Potato peeler machine, load capacity 10 kg.;
Pn=,0,75kW/220V;Water supply connector 3/4''; Sevage
connector dia 50 mm( Dimensions 400х770х870 mm)
1.00 No
40
39.1 Potato peeler stand with filter, stainless steel 1.00 No
40 Working table, with sink incusive, wall-adjacent, stainless
steel(Dimensions 1700х600х850 mm)
1.00 No
41 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 1700х600х850 mm)
1.00 No
42 Meat-gringer capacity 160kg/h; Pn=0,75kW/400V (
Dimensions 420х250х436 mm)
1.00 No
43 Cutting bench, PE type top 40мм( Dimensions
600х600х850 mm)
1.00 No
44 Working table, one sink 500х400х250 incusive, wall-
adjacent, stainless steel ( Dimensions 250х600х850 mm)
1.00 No
45 Stainless steel shelf on 4 levels with perforated shelves (
Dimensions 1950х600х2000 mm
2.00 No
46 Working table, wall-adjacent, dishware reception, stainless
steel ( Dimensions 1600х600х850 mm)
1.00 No
47 Wheeled trash bin stainless steel 1.00 No
48 Working table, wall-adjacent, stainless steel, one side cut
(Dimensions 1500х600х850 mm)
1.00 No
49 Working table, wall-adjacent, stainless steel( Dimensions
1100х700х850 mm)
1.00 No
50
Input elemet to a dishwasher with 2 sinks,400h400h250,
stainless steel; Shower tap to input table(Dimensions
1150X700X850 mm)
1.00 No
51
Dish-washer, electrical,side loaded; Pn= 6,20
kW/400V/50Hz; Water supply connector 3/4''; Sevage
connector dia 50 mm, 500h500mm basket ( Dimensions
620х660х1440 mm)
1.00 No
52 Output element for dishwasher with extra shelf (
Dimensions 800х700х850 mm)
1.00 No
53 Troley for clean dishes, three shelves, stainless
steel(Dimensions 950х500х950mm)
2.00 No
54
Working cabinet,wall-adjacent, front sliding doors and
indoor-shelf,stainless steel( Dimensions 1600х700х850
mm)
1.00 No
55
Frezeer, two door-type GN 2/1; Capacity= 1432 lt;
temperature range=0° ÷ + 20°C;( Dimensions
1440х825х2120 mm)
3.00 No
56
Refrigerated cabinet, two door-type GN 2/1; Capacity=
1432 lt; temperature range=0° ÷ + 10°C;(Dimensions
1440х825х2120 mm)
5.00 No
57 Store shelf, 4 levels, galvanized steel ( Dimensions
1250х600х2000 mm)
2.00 No
58 Store shelf, 4 levels, galvanized steel( Dimensions
2000х600х2000 mm)
5.00 No
41
59 Electronic scale; Capacity=max 10 kg
5.00 No
60 Electronic scale; Capacity=max 150 kg 1.00 No
61 Neutral section for cutlery, trays and bread, stainless steel (
Dimensions 700х600х1250 mm)
1.00 No
62 Working table, wall-adjacent, stainless steel with under
shelf(Dimensions 1750х600х850)
1.00 No
63 Cabinet lock for detergents, stainless steel (Dimensions
600x450x850 mm)
1.00 No
Kitchen utensils
1 Knife Professional universal ( Dimension 210 mm) 10.00 no
2 Kitchen knife( Dimension 290 mm) 5.00 no
3 Sharpening blade 2.00 no
4 Scissors for chicken with a steel blade and a plastic handle 2.00 no
5 Cutting board white with vacuum feet( Dimension
450х300х12 mm)
5.00 no
6 Cutting board chicken-brown with vacuum feet (Dimension
450х300х12 mm)
1.00 no
7 Cutting board fish-blue with vacuum feet ( Dimension
450х300х12 mm)
1.00 no
8 Cutting board for meat red with vacuum feet ( Dimension
450х300х12 mm)
1.00 no
9 Cutting board vegetable green, with vacuum feet 1.00 no
10 Wire breaking 35 cm, stainless steel INOX 18/10 (
Dimension 350 mm)
2.00 no
11 Ladle 0.2 liters, of stainless steel INOX 18/10 ( Dimension
90 mm- 200 mm)
3.00 no
12 Ladle 0.25 liters, of stainless steel INOX 18/10 ( Dimension
100х250 mm)
3.00 no
13 Slotted spoon 10 cm stainless steel INOX 18/10 5.00 no
14 Turner 12/7 cm from the stainless steel INOX 18/10 5.00 no
15 Clip grill 30 cm stainless steel 3.00 no
16 Colander stainless steel INOX 18/10 with 3 mm holes 3.00 no
17 Conical strainer stainless steel INOX 18/10 ( Dimension
200 mm)
2.00 no
18 Sieve of stainless steel, diameter 30 cm 1.00 no
19 Standing Can-opener, clearance height of 55 cm 1.00 no
20 Peeler for fruits and vegetables with a sliding blade 4 cm (
Dimension GN 1/1)
2.00 no
21 Grid for oven stainless steel GN 1/1 10.00 no
22 Four-grater made of stainless steel INOX 18/10 1.00 no
23 Meat mallet 3.00 no
42
24 Press garlic 2.00 no
25 Turner perforated stainless steel INOX 18/10, a perforated,
with dimensions 8.5 x 8 cm, total length 33 cm
2.00 no
26 Casserole pan ( ( Dimension 320 mm) 4.00 no
27 Casserole pan ( Dimension 280 mm) 2.00 no
28 Stainless saucepan with lid ( Dimension 601 mm) 2.00 no
29 Stainless saucepan with lid ( Dimension 301 mm) no
30 Stainless saucepan with lid ( Dimension 201 mm) no
31 Stainless saucepan with lid ( Dimension101 mm) no
32 Container GN 1/1-4 ( Dimension GN 1/1) 6.00 no
33 Stainless steel container( Dimension GN - 1/1-20) 3.00 no
34 Stainless steel container ( Dimension GN - 1/1-40) 4.00 no
35 Stainless steel container 22.00 no
36 Stainless steel container ( DimensionGN - 1/1-100) 6.00 no
37 Stainless steel container ( DimensionGN - 1/1-150) 6.00 no
38 Stainless steel container ( DimensionGN - 1/1-200) 6.00 no
39 Stainless steel container (DimensionGN - 1/1-65) 6.00 no
40 Stainless steel container (DimensionGN - 1/1-100) 6.00 no
41 Stainless steel container (DimensionGN - 1/1-150) 6.00 no
42 Stainless steel container ( Dimension GN - 1/2-200) 11.00 no
43 Stainless steel container perforated ( Dimension GN - 1/1-
65)
11.00 no
44 Stainless steel container perforated ( Dimension GN - 1/1-
100)
6.00 no
45 Cover GN 1/1 6.00 no
46 Stainless steel container perforated ( Dimension GN - 1/2-
100)
6.00 no
47 Baking pan ( Dimension 600X400 mm) 12.00 no
48 Baking pan perforated (Dimension 600X400 mm) 6.00 no
49 Roller for cutting dough 1.00 no
50 Confectionery spatula ( Dimension 250 mm) 1.00 no
51 Confectionery spatula ( Dimension 150X80 mm) 1.00 no
52 Wooden rolling pin 50 cm, made of beech wood with a
diameter of 4 cm
1.00 no
53 Plastic storage box with lid 4lt 4.00 no
54 Plastic storage box with lid 6lt 4.00 no
55 Basket rack for dishwasher 6.00 no
56 Basket trays for dishwasher ( Dimension 500X500 mm) 6.00 no
57 Basket teacups for dishwasher 6.00 no
58 Cutlery basket dishwasher 4.00 no
59 Dishwasher basket base ( Dimension 500X500 mm) 2.00 no
Sub Total of E
Total of A+B+C+D+E
Grand Total in BGN or USD
43
Drawing
44
Technical Specifications
45
A. CIVIL WORKS
1.0 MATERIALS
1.1 CEMENT
Cement shall be Ordinary Portland Cement or Portland Composite Cement conforming to the
requirements of the BDS EN 197-1:2003 unless otherwise specified.
Cement shall conform to the following standards as per BDS EN 197-1:2003.
a). Water for normal consistency : 26% to 33%
b). Fineness : Minimum 280 sqm/kg (by air
permeability method)
i). Initial setting time,BDS EN196-3:2005
+А1:2009
: Not less than 45 min.
ii). Final setting time, BDS EN 196-3:2005
+А1:2009
: Not more than 375 min.
c). Minimum compressive strength
i). 3 days : 12.4 MPa (1800 psi)
ii). 7 days : 19.3 MPa (2800 psi)
iii). 28 days (optional) : 27.6 MPa (4000 psi)
Cement shall be delivered in packages as packed by the Manufacturer with the brand name,
type of cement and weight of each bag marked on the bag. Sample test of cement must be
done from the laboratory designated by the Engineer. One bag from each brand or each
consignment of supply of 100 metric tons of cement shall be selected for testing.
1.2 BRICK
Common building clay bricks shall conform to BDS 208:1980 (First Revision). Bricks shall
be manufactured from combination of clay mixed with silica sand and alumina and shall be
uniformly burnt throughout. Bricks shall be kiln burnt.
1.2.1 First Class Bricks
First Class Bricks shall comply with the following requirements of BDS EN 77a-1:2005
(Common Building Clay Bricks–First Revision).
a). Bricks shall be of machine mould, uniform colour, shape and size having sharp
square sides and edges and paralled faces.
b). Bricks shall be sound, hard and well burnt homogeneous in texture and free
from flaws and cracks.
c). Bricks shall emit a clear metallic sound when struck with a small hammer or
another brick. A fractured surface shall show a uniform compact structure free
46
from lumps, grits or holes.
d). A first class brick shall not absorb more than 1/6th of its dry weight when
immersed in water for 24 hours.
e). A first class brick shall not break when struck against another brick or when
dropped at T-position on hard ground from a height of about 1.2 metre.
f). Standard dimension of bricks shall be 250mm x 120mm x 60mm.
g). Allowable variations in dimensions shall be:
i). in length not more than 6mm
ii). in breadth not more than 5mm
iii). in height not more than 1.5mm
h). Unit wieght of bricks shall be minimum 950 kg/cum
i). Minimum compressive strength of bricks shall be for
i). halved bricks (mean of 12 bricks) : 25 MPa (3500 psi)
ii). Individual brick : 17 MPa (2500 psi)
j). range of efflorescence for a first class brick shall be slight to nil.
1.2.3 Perforated Bricks
Perforated bricks shall meet the following specifications:BDS EN 771-1:2005.
a). Minimum unit weight : 2,20 kg/brick
b). Minimum compressive strength on gross area:
i). Multi-core brick : 70 kg/sq.cm
ii). 10-Hole engineering brick : 210 kg/sq.cm
iii). Maximum size of perforation : 625 sq.mm
c). Minimum number of perforation
i). Along width of brick : 2
ii). Along length of brick : 6
d). Minimum wall thickness:
i). Between brick edge and perforation : 10mm
ii).Between adjacent perforations : 10mm
e). Maximum water absorption
i). 5 hrs, boiling : 20 % of dry wt.
ii). Efflorescence : Nil
Dimensions (+3mm) 250mm x 250mm x 120mm
The perforations may be of any regular shape in cross section. In case of rectangular section
the larger dimension shall be parallel to length of the brick. Dimension of perforation
measured parallel to the plane of the shorter side shall not be more than 15cm except in case
of circular shape of the perforation in which case it may be allowed up to 20cm. Total area of
perforation shall not exceed 45% of the total area of corresponding face of the brick.
1.2.4 Clinker Bricks
Clinker bricks or tiles shall meet the following requirement:
Minimum unit weight : 2 kg/brick
Minimum compressive strength : 560 kg/sq.cm (8000 psi)
Minimum modulus of rupture : 12 kg/sq.cm (600 psi)
Water absorption 5 hrs.boiling : 12%-15% of dry wt.
Efflorescence : Nil
Dimensions : 250mm x 250mm x 60mm
Clinker bricks shall be manufactured by dry process and burnt to a higher temperature and
shall be uniformly vitrified to a dark copper tone. Edges shall be square, straight and sharply
47
defined.
1.3 SAND
Sand shall conform to BDS EN 12620.
Sand shall be either natural sand, composed of clean, hard, durable uncoated particles
resulting from the disintegration of siliceous and/or calcareous rocks; or manufactured sand
resulting from the crushing of boulders or shingle.
Sand shall be clean and free of injurious amounts of organic impurities; deleterious
substances shall not exceed the following percentages by weight:
Clay Lumps and friable particles - maximum 3%
Coal and Lignite 0.25%
Material passing the 0.075mm (No. 200) sieve 1%
Shale, coal, soft or flaky fragments 1%
Sulfur compounds 0.3%
Organic material content no organic material
Sand shall be well graded from course to fine and shall conform to the following Fineness
Modulus:
Concrete : 2~2.5 (Two to Two point five)
Mortar : 1.2 to 1.5
Filling sand : 0.8 to 1.0
Sand from different sources of supply shall not be mixed and stored in the same stockpile nor
used alternately in the work without permission from the Engineer.
1.4 COARSE AGGREGATE
Coarse aggregate shall conform to BDSEN 12620+A1 и BDS EN 12620+A1/НА.
Nominal maximum size of coarse aggregate in concrete shall not be larger than:
a). One-fifth of the narrowest dimensions between sides of forms; or
b). One-third the depth of slabs; or
c). Three-fourth the minimum clear spacing between individual reinforcing bars or wires,
bundles of bars, or prestressing tendons or ducts.
1.5 WATER
The water for concrete, mortar and screed shall comply with BDS 636:1986
The water for washing aggregate and mixing concrete and mortar shall be clean, potable and
free from objectionable quantities of silt, organic matter, alkali, salt, acids and other
impurities. Sufficient water storage facilities shall be provided to ensure the continuous
operation of concrete placing.
The methods of delivering and storing water shall be subject to the approval of the Engineer.
The water to be used for mixing concrete shall be tested Result of the test shall be submitted
to the Engineer, 7 days prior to concreting work. All costs involved in these tests shall be
borne by the Bidder.
48
1.6 REINFORCING BAR
High tensile steel reinforcing bar shall be structural grade deformed bar specified as per BDS
9252:2007.
1.6.1 Tolerance of Mass
Nominal size
(mm)
Tolerance of mass per metre
run (%)
Up to 7 + 8.0
8 to 12 + 6.0
Over 12 + 4.5
1.6.2 Tolerance of Diameter
Tolerance in diameter for both plain and deformed bars shall not exceed 2.5% for 12mm and
less size and 1.8% for sizes larger than 12 mm.
1.6.4 Bending Requirements
The bend-test specimen shall withstand being bent around a pin without cracking on the
outside of the bend portion. The requirements for degree of bending and sizes of pins are
prescribed in Table 3-Bend Test Requirement.
The bend test shall be made on specimens of sufficient length to ensure free bending and with
apparatus which provides:
Continuous and uniform application of force throughout the duration of the bending
operation.
Unrestricted movement of the specimen at points of contact with the apparatus and
bending around a pin free to rotate.
Close wrapping of the specimen around the pin during the bending operation.
Table -3
1.6.5 Frequency of Tensile, Bend, Re-bend testing
For the specified tests sample length shall be 1000 mm long or 20 times the nominal size
whichever is greater. Sample shall be selected from each batch at a frequency of not less than
one per x tonnes or part thereof where x has the value give in the above table. Samples for the
bend and re-bend tests shall not be selected from the same bar.
1.6.6 Cross Sectional Area and Mass
Nominal size Mass (kg/m) Cross sectional area (mm2)
6 mm 0.222 28.30
8 mm 0.395 50.30
10 mm 0.616 78.50
12 mm 0.888 113.00
16 mm 1.579 201.00
20 mm 2.466 314.00
22 mm 2.980 380.00
25 mm 3.854 491.00
28 mm 4.830 616.00
32 mm 6.313 804.00
Nominal size of bar
(mm)
Value of x (Quantity of materials in tonnes)
Tensile test Bend test Re-bend test
Under 10 25 50 50
10 to 16 35 70 70
20 to 32 45 90 90
49
All steel bars prior to its use shall be cleaned with wire brush to make it free from loose scale,
dirt, paint, oil, grease or other foreign substances.
All reinforcing steel shall be stored properly under shed not to be contaminated by oil, grease
or mud.
1.6.7 Requirement for Deformation in Reinforcing Steel
The reqirement of deformation shall meet BDS ЕN 10080:2005.
a). Deformations shall be spaced along the bar at substantially uniform distances. The
deformations on opposite sides of the bar shall be similar in size and shape.
b). The deformations shall be placed with respect to the axis of the bar so that the
included angle is not less than 450 deg. Where the line of deformations forms an
included angle with the axis of the bar of from 450 to 70
0 deg. inclusive, the
deformations shall alternately reverse in direction on each side, or those on one side
shall be reversed in direction from those on the opposite side. Where the line of
deformation is over 700 deg. a reversal in direction is not required.
c). The average spacing or distance between deformations on each side of the bar shall
not exceed seventeenths of the nominal diameter of the bar.
The overall length of deformations shall be such that the gap between the ends of the
deformations on opposite sides of the bar shall not exceed 12.5% of the nominal perimeter of
the bar. Where the ends terminate in a longitudinal rib, the width of the longitudinal rib shall
be considered the gap. Where more than two logitudinal ribs are involved, the total width of
all longitudinal ribs shall not exceed 25% of the nominal perimeter of the bar. Furthermore,
the summation of gaps shall not exceed 25% of the nominal perimeter of the bar. The nominal
perimeter of the bar shall be 3.14 times the nominal diameter.
Measurement:
i) The average spacing of deformations shall be determined by dividing a
measured length of the bar specimen by the number of individual
deformations on any one side of the bar specimen. A measured length of the
bar specimen shall be considered the distance from a point on a deformation
to a corresponding point on any other deformation on the same side of the
bar.
ii) The average height of deformations shall be determined from measurements
made on not less than two typical deformations.
Deformations shall be based on three measurements per deformations, one at the
centre of the over-all length and the other two at the quarter points of the over-all
length.
2.0 CEMENT CONCRETE (C.C.) WORKS. (VNoss)
2.1 Description
The work covered by this item shall consist of constructing in floor and where necessary as
per drawing with Concrete Grades as specified in Bill of Quantities.
2.2 Materials
Cement shall be Ordinary Portland Cement Type–1 or Portland Composite Cement, sand shall
be local sand with minimum F.M. 1.8 and coarse aggregate shall be as specified in Bill of
Quantities, water shall be potable water.
50
2.3 Construction Requirements
The specification shall be the same as for R.C.C works excepting that:
(i) No reinforcement will be used;
(ii) Strength/Proportion shall be as noted in Schedule of Items;
(iii) 20mm down graded coarse aggregate as specified in BOQ;
(iv) The curing shall be done for 7 days minimum;
(v) Wooden or steel tempers or rammers in lieu of vibrators may do compaction of
concrete.
If C.C. work is done over brick soling, it shall be sprinkled with water so that no loss of water
from concrete can occur due to absorption of water by dry bricks. In case sub soil water tends
to rise and wash away C.C. work in foundation, while this is being done, dewatering of
foundation bed shall be done by making sumps and using pump or manual labour. The
dewatering process shall continue until the concrete has set.
In order to improve bond with masonry/concrete work coming above it, if required, the
surface shall be roughened before it reaches initial set, by scouring with the help of a pointed
tool or wire brush.
2.4 Method of Measurement
This item shall be measured in the cubic meter complete in place.
2.5 Basis of Payment
The amount of completed and accepted work, as mentioned above shall be paid for at the
quoted unit price and payment shall be for full compensation of all materials, labours
including preparation of bed laying of polythene transport, batching, mixing, pouring,
compacting and curing etc. necessary to complete the item according to drawing and direction
of Engineer.
3.0 REINFORCED CEMENT CONCRETE (R.C.C) WORK
3.1 Scope of Work
The work covered by this item shall consist of but not limited to reinforced concrete
construction in foundations, rafts, columns, lintels, beams, slab, ribs, fins wall panels,
retaining walls, underground water reservoirs, roof water tanks etc. of the form, dimension
and design shown in the drawings.
3.2 Materials
3.2.1 Cement
Ordinary Portland Cement Type-1 or Portland Composite Cement confirming to BDS EN
197-1:2003. It shall be free from any hardened lumps and any foreign material other than the
manufacturing ingredients. Cement shall have a minimum 90% of particles by weight passing
the 75 micron sieve. The Engineer’s Representative reserves the right to reject any cement
that fails to achieve specified concrete strength laid down in these specifications and the
schedule of items.
Cement bags containing clods giving indications of starting of initial setting time shall not be
used in R.C.C work.
Only one brand of cement shall be used for a particular casting work except by written
permission from the Engineer. Different types of cement if approved by the Engineer shall be
51
stored separately and shall not be mixed.
Use of re-bagged cement shall not be allowed.
Engineer, at his discretion shall test cement which he feels to have deteriorated through age,
damage to bags, improper storage or for any other reason. In the event of any sample being
found to be not in accordance with BDS EN 197-1:2003 or any other standard as specified,
the whole consignment from which the sample comes shall be rejected and removed from the
site immediately notwithstanding any previous acceptance otherwise.
Cement may be measured by weight or in a standard bag to weigh 112 pounds/50kg having a
volume of 0.0354 cum/1.25 cft. The Bidder shall maintain the record of deliveries of cement
to the site and its use in the work.
Cement shall be stored at site in such a manner as to permit easy access for proper inspection,
handling and identification of each shipment. Cement shall not be stocked higher than 6 bags.
3.2.2 Supply of Aggregates
(i) Unless otherwise permitted by the Engineer, fine and coarse aggregates for
concrete shall comply with the relevant requirements of BDS EN 12620.
(ii) All coarse aggregates for incorporation into concrete mixes shall consist of
hard, solid, durable, uncoated angular rock fragments or angular fragments of
crushed stones and shall not contain dust, mud, organic materials or other
deleterious matter.
(iii) All fine aggregates for incorporation into concrete mixes, shall be clean, hard,
solid and durable natural sand and shall not contain harmful amounts of dust,
mud, organic material or other deleterious substances. The fine aggregates shall
be as far as possible pure Silica (SiO2).
(iv) The aggregates shall be graded and the combined gradation of aggregates used
for the concreting works shall have to be approved by the Engineer.
3.2.3 Gradation of Fine and Coarse Aggregate
The gradation of the fine aggregates shall conform to the requirements shown below.
Grading of Fine aggregate
ASTM Sieve Designation Per Cent Finer by Weight
3/8 in (9.5 mm) 100
No. 4 (4.75 mm) 95 to 100
No. 8 (2.36 mm) 80 to 100
No. 16 (1.18 mm) 50 to 85
No. 30 (0.60 mm) 25 to 60
No. 50 (0.30 mm) 10 to 30
No. 100 (0.15 mm) 2 to 10
The gradation of coarse aggregate shall conform to the following:
Designated sizes Percentage by weight passing US Standard
sieves having square openings
38 mm 25 mm 20 mm 12 mm 10 mm No. 4 No. 8
52
25 mm down graded
20 mm down graded
12 mm down graded
100
--
--
95-100
100
--
--
90-100
100
25-60
--
90-100
--
20-55
40-70
0-10
0-10
0-15
0-5
0-5
0-5
3.2.4 Reinforcement for Concrete
(i) Unless otherwise permitted by the Engineer, the reinforcement to be used shall be
mild steel B 500 grade deformed bars having minimum yield strength of 415
MPa (60,000 psi) and shall conform to BDS 9252.
(ii) Cutting, bending, cleaning and fastening in position of reinforcing steel shall
conform to the requirements of ACI 318, unless otherwise specified by Engineer.
(iii) Prior to placing orders for reinforcing steel, the Bidder shall submit samples,
Specifications and test certificates as specified herein and as required by the
Engineer for approval. No order shall be placed until such approval is given in
writing.
(iv) All consignments of reinforcing steel shall be stamped by the manufacturer to
identify the Mill, Grade of steel, and the lot number from which the consignment
was made.
(v) Reinforcing steel shall be stored on the ground in separate groups according to
size and length in such a manner as to be readily accessible when required, and
with facilities for inspection.
(vi) Before being placed in position, all reinforcing steel shall be thoroughly cleaned
of grease, paint, loose rust or other coatings of any kind, which reduce bond.
(vii) All reinforcing steel tobe incorporated in the work shall be placed accurately in
the position shown on the drawings and shall be held firmly in position during
placing and setting of concrete.
3.2.5 Mixing Water
i). Water for mixing concrete shall, unless otherwise permitted by the Engineer, be
potable water drawn from a tubewell or obtained from a public water supply
authority.
ii). The water to be used shall be clean and free from all deleterious materials that
significantly affect the hydration reactions of Portland cement.
iii). The Bidder shall propose the provisions to ensure a satisfactory and adequate
supply of potable water subject to the approval of the Engineer.
iv). Water must be free from excessive chlorides and sulphates. Water supplies
shall be sampled and tested for chlorides and sulphates in a standard materials
testing laboratory as directed by the Engineer. The maximum acceptance limits
shall be as follows :
1000 mg/1 as SO3 for sulphates
500 mg/1 as CI ion for chlorides.
3.2.6 Delivery and Storage of Materials
3.2.7 Cement
The Bidder shall be responsible for the proper storage of the cement at the job site. Cement
shall be stored in a weather proof shaded area having dam proof floor, waterproof walls and
53
leak-proof roof. The cement stacks shall be placed at a minimum distance of 300mm from the
walls. The damp-proof floor shall be constructed by raising it minimum 300mm above the
ground. If the cement is damaged and becomes lumpy due to defective storage, it shall be
removed from the job site within 24 hours of receipt of instructions from the Engineer’s
Representative.
Cement in transit and storage or stock-piled at site shall be protected from dampness or any
damage by climatic conditions that would change its characteristics or usability. Cement go
down shall be constructed to be fully weather proof. Batches of cement shall be used for the
work in the order in which they are delivered to the site. A register shall be maintained by the
Bidder listing date of delivery and quantity of each consignment for easy identification.
3.2.8 Aggregates
Aggregates shall be stock-piled at least 7 days prior to their anticipated use to permit the
Engineer to sample each stockpile to determine the acceptability of the material for the
intended use.
Aggregates of different sizes or grades and from different sources of supply shall not be
mixed. All aggregate shall be stored free from contact with earth and other deleterious matter.
Every precaution shall be taken during transport and stockpiling of coarse aggregate to
prevent segregation.
Segregated aggregates shall not be used until they have been thoroughly remixed and the
resultant pile is of uniform and acceptable grading at any point from which a representative
sample is taken.
3.2.9 Reinforcing steel
Reinforcing steel shall be stacked with each dia type of bars stockpiling separately under shed
to avoid effect of rain and dew. Stockpiling of huge quantity of steel bar shall be avoided to
save it from rusting and deterioration through oxidation. Sufficient quantity required for
single operation of casting should be collected from one approved source and stored at site
prior to rod bending and binding work. Reinforcing bars shall not be stockpiled on soil. A
raised platform shall be prepared by laying brick flat soling over which reinforcing bars shall
be stacked in orderly manner.
Sufficient acceptable materials shall be available at the batching site to ensure continuous
placement necessary for structures. The moisture content of the accepted aggregate shall
remain consistent to the extent that the resultant successive batches of concrete do not vary in
consistency by more than 6mm of slump. If the moisture content in the aggregate varies by
more than the above tolerance, corrective measures shall be taken to bring the moisture to a
constant and uniform quantity before any more concrete is placed.
Coarse aggregate shall be saturated with water at least 12 hours before use to prevent
absorption of the mixing water.
3.2.10 Mixing
Concrete shall be mixed in concrete mixer of approved type and appropriate capacity.
Each batch shall be thoroughly mixed for a period of not less than 1.5 minute after all
materials including the water are in the drum and during this period the drum shall be in the
mixing position and revolve at uniform rate of not less than 14 or more than 20 revolutions
per minute. The cement and sand shall be thoroughly mixed in dry condition.
The batch shall be so charged into the mixer drum that some water shall enter in advance of
the cement and aggregate. The entire content shall be removed from the drum before the
54
succeeding batch is introduced.
Concrete shall be mixed in quantities required for immediate use. Concrete shall not be used
which has developed initial set or which is not in place within thirty (30) minutes after the
water has been added. Re-tampering of partially hardened concrete by remixing with or
without additional materials or water, or by other means will not be permitted. The inside of
the mixing drum shall be kept free of hardened concrete at all times. Mixers which have been
out of use for more than 30 minutes shall be thoroughly cleaned before any fresh concrete is
mixed. Unless otherwise agreed by the Engineer, the first batch of concrete through the mixer
shall contain only two thirds of the normal quantity of coarse aggregate. Mixing plant shall be
thoroughly cleaned before changing from one type of cement to another.
3.2.11 Consistency of Concrete
The consistency of concrete shall be determined following evaluation of the placement
conditions for each individual section of the work to be decided and approved by the
Engineer. Mix proportions and consistency shall produce a dense, well compacted concrete
with a minimum tendency to segregate under placing conditions, free from sand streaks,
honeycomb, air-pockets, exposed reinforcing steel and other forms of structural weakness or
unsatisfactory appearance.
3.2.12 Transport and Placing
A most thorough and careful design can be completely defeated by the improper practices in
the handling of ingredients and placing of concrete. Unrestrained dropping, horizontal flow of
concrete is extremely harmful and shall not be tolerated. Concrete shall be so transported
from the mixer and placed in the form that contamination, segregation or loss of the
constituent materials does not occur. Before placing the concrete, all form work, space and
the reinforcement contained in it shall be thoroughly cleaned of all extraneous matter. Care
shall be taken to fill every part of the forms, to work the coarse aggregate back from the face
so that sufficient mortar will be flushed from the mass to form a smooth surface, and to force
the concrete under and around reinforcing bars without displacing them.
Concrete shall be conveyed from the mixer to the place of final disposition by suitable
method, which will prevent segregation or loss of ingredients or damage, by exposure to the
elements.
The Bidder should preferably use a crane of adequate capacity and reach for transporting
concrete from the mixing site or temporary storage area of fresh concrete to the final
placement location. Alternatively, the Bidder, with the approval of the Engineer, may adopt
pumping method for transporting concrete from the mixing site to the ultimate placement
location. Placing concrete by pumping methods shall conform to the requirements of ACI
304.2R.
The detail procedures for transporting concrete and equipment to be used for transporting
concrete by the Bidder shall be approved by the Engineer.
The maximum time elapsed between mixing and placing shall not be more than 45 (forty-
five) minutes.
The concrete shall be deposited vertically in the forms in horizontal layers to a depth not
exceeding 300mm and each layer shall be properly vibrated before laying the next one.
The concrete shall not be dropped freely from a height exceeding 1.8 meter nor shall it be
deposited in large quantities at any point. In columns or wall structures special tremie pipe
may be used for drop more than 1.8 meters. Dragging of concrete inside the forms or
distribution by vibrators or allowing it to flow by gravity to the ends of the forms will not be
55
permitted. Great lift of a simple pour encourages segregation of coarse aggregate and
sedimentation of the finer constituents of the mixer and moreover may cause uneven
displacement of the forms.
In sections where it is extremely difficult, to place concrete containing the larger sizes of the
coarse aggregate, a modified mix, as approved by the Engineer, may be used to ensure against
honeycomb and separation of the coarse aggregate from the mortar. Concrete shall be
deposited and compacted in its final position within 30 minutes of its discharge from the
mixer and shall not be subjected to vibration between 2 and 24 hours after compaction. When
in-situ concrete has been in place for 4 hours no further concrete shall be placed against it for
a further 20 hours. After concreting is started, it shall be carried on as a continuous operation
until placing of a panel or section is completed. During pouring of concrete, the mason shall
not be allowed to use his mug and water. To achieve the laying of concrete to proper
thickness, two strips of concrete about 200mm wide and a little over the specified thickness
shall first be placed 1800-2000mm apart, compacted and leveled to the exact thickness.
Concrete is then poured within the intervening space between the strips (locally known as
‘pays’) and properly compacted to the desired thickness.
Care shall be taken that during concreting, the rods are not displaced and that the effective
depths of slabs, beams, spacing of stirrups, and rings and the clear cover to the bars are
maintained. Care shall be taken to see that the top negative rods are not displaced at all which
seriouly affects the design and desired strength of the structure. Particular attention shall be
given to the placing and spacing of rods in the cantilevers.
Before and during casting, the main reinforcing bars, both positive and negative shall be kept
in position. Negative reinforcements shall be kept in position by steel chairs and the positive
ones by concrete blocks of required size. Adequate precautions against displacement and
depression of rods due to trampling of the workers shall be taken.
Walking on recently poured concrete shall not be allowed.
3.2.13 Compaction of Concrete
Concrete, during and immediately after placing, shall be thoroughly compacted by
mechanical vibration. The vibration shall be internal unless otherwise authorized by the
Engineer
Vibration shall be of a type and design approved by the Engineer. It shall be capable of
transmitting vibration to the concrete at frequencies of not less than 4,500 impulses per
minute.
The intensity of vibration shall be such as to visibly affect a mass of concrete of one inch
slump over a radius of at least 450mm.
The bidder shall provide a sufficient number of vibrators to properly compact each batch
immediately after it is placed in the forms. He also provide sufficient number of nozzles of
different diameter to execute the work smoothly.
Vibration shall be applied at the point of deposit and in the area of freshly deposited concrete.
Vibration shall not be applied directly or through the reinforcement to sections or layers of
concrete which have hardened to the degree that the concrete ceases to lie plastic under
vibration. It shall not be used to make concrete flow in the forms over distances so great as to
cause segregation. Vibrators shall not be used to transport concrete in the forms.
Concrete pouring schedules and construction joint sequences of different stages shall have to
be approved well in advance by the Engineer.
56
3.2.14 Construction and Expansion Joints
Position and detail of construction joints, not shown on the plans, shall be planned in advance
by the Bidder for which approval will be necessary. The Bidder shall locate such joints
conforming the general consideration for construction joints as set out by the Engineer.
Placement of concrete shall be in a continuous operation between consecutive joints.
In resuming the work, the old concrete surface shall be thoroughly cleaned of laitance and all
loose material by stiff wire brush, roughened, if deemed necessary, and washed with clean
water.
The surface then shall be coated with very thick cement slurry/bonding agent before fresh
concrete is placed.
Properly cleaning the surface to be received sealant prior to the application of Primer.
Care should be taken to select application temperature preferably medium temperature to
avoid excessive expansion and contraction.
3.2.15 Special Casting Process for Columns and R.C.C Wall
Minimum of construction joints shall be allowed in beams, and column of the structures. No
construction joint in columns from below floor to bottom of beam shall be allowed, column
must be cast in a lift, to avoid any construction joint below lintel level. Special shuttering with
opening at middle height shall be used for the facility of casting. The opening shall be closed
after casting of concrete upto that level without disturbing the green concrete. The bidder
shall prepare shuttering details ahead of actual work and shop drawings are to be approved by
the Engineer. In any case the safety and stability of form work shall be the Bidder's
responsibility. No construction joint shall be allowed between beam, web & roof slab of
building. For wall & water reservoir no concrete shall be placed from a height of more than
1.0m and the shuttering of the wall shall not be more than 1.25m in height.
3.2.16 Formwork and Scaffolding
The system of formwork and props for reinforced concrete work shall be the responsibility for
the Bidder. Formwork may consist of steel sheets of minimum thickness of 14 BG or wooden
planks of hard wood of approved variety having a minimum thickness of 45mm with
necessary battens, struts, stringers, beams, ties, etc. In case of wooden planks the same shall
be new and shall not be used more than three times in contact with concrete.
All formwork shall be of sound materials constructed water-tight, true to line as per drawing
and of such rigidity to prevent bulging or movement during the placement and curing of the
concrete. Form work for bases and walls of water reservoir shall have chamfer of appropriate
dimension as per drawing and direction.
After hardening the concrete shall conform to the shape, dimensions and surface finish
described in the Contract. The forms shall be simple in construction, easy for erection,
maintenance and removal.
Form lining shall be in largest practicable panel to minimise joints. Under usual conditions
the following minimum periods between concreting and the removal of formwork shall be
observed:
Vertical sides excepting beams 3 days
Vertical sides of beams 7 days
Soffits for span of 6 meter or fewer 18 days
Soffits from span of over 6 meters min. 21 days
57
Scaffolding shall be made from strong and suitable bamboo poles, wooden post or steel pipes.
Steel centering frames may be used for any height provided they are properly designed for
that particular height or above. For all concrete works having a crushing strength equal to or
above 25 MPa, steel shuttering and scaffolding shall be used.
Tubular steel centering shall be thoroughly inspected before erection. Defective members
shall be discarded. Adjustment screws shall be set to their approximate final adjustment after
assembling the basic unit and the unit shall be leveled and plumbed.
Approval of Engineer will be required regarding adequacy of the shuttering before placement
of concrete can be started.
The centering frame shall be braced to make a rigid and solid unit. Struts and diagonal braces
shall be in proper position and secured. As erection progresses, all connecting devirs shall be
in place and fastened for full stability of joint and units.
The props shall be placed on timber planks, false brickwork, or steel shut covering several
posts at a time so as to eliminate the possibility of any sinking of the earth below especially in
the ground floor where the earth is likely to the moistened by water.
The shape, strength, rigidity, water tightness and surface smoothness of reused forms shall be
maintained at all time. Any warped or bulged timber must be resized before being reused.
The formwork made of materials liable to absorb water shall always be sprinkled with water
to percent water absorption from concrete. Water shall not be profusely used and the
formwork shall be in a saturated surface dry condition.
Scaffolding and formwork shall be checked to see if all the props are stiffly supported over
the firm base. It any prop is found off based, wooded edges shall be inserted below the prop
to obtain the required degree of rigidity, with regard to horizontal movement. No clay plaster,
pocking with pieces of paper, jute, cotton waster etc. shall be allowed to make up the gaps
between the centering.
Concrete exposed by the removal of formwork shall be left untouched pending inspection by
the Engineer. Cement mortar separators or block of appropriate sizes are to be used in all
covering as per drawing or directed by Engineer.
The drip course shall be constructed at the edge of roof slab etc. by means of an approved
batten included in the form work before casting or after casting as desired by the Engineer.
3.2.17 Curing and Protection
Concrete shall be protected against harmful effects of weather for a period of not less than
seven (7) days immediately following the placing of concrete.
All concrete surface shall be covered with two thicknesses of wet burlap which have been
spot stitched, or wet jute felt or gunny bags as soon after placing of concrete as it can be done
without marking the surface and kept thoroughly wet by continuous sprinkling of water for a
period of not less than 21 days after the concrete has taken its final set.
In lieu of continuous sprinkling, plastic sheeting or plastic coated burlap may be used to
prevent moisture loss. The concrete shall be pre-moistened and the plastic sheeting shall be
held securely in place so that positive moisture seal is provided to retain the curing moisture
during the 14 days curing period. Form of perforated sheeting shall be without delay repaired
or replaced with acceptable material.
Ponding which is most efficient method shall be used for curing slabs. For the first 18 to 24
hours, the exposed surface is covered with moist hessian or canvas. After that small bank of
dykes of lean mortar are built around and along the slab, into number of rectangular ponds
58
and filled with water. This method is suitable for floors roof, slabs etc.
The method of curing shall be subject to the approval of the Engineer.
4.0 Quality Control Scheme and Testing Requirements
4.1 General Requirements
(a) All materials shall be tested in the laboratories in Bulgaria.
(b) All tests shall be carried out in accordance with the standard procedure set herein.
(c) After the test, if the quality of a particular consignment is found to be inferior to
what is specified, the material of the consignment will not be accepted and the
Bidder shall remove such rejected materials from site within the time stated in
writing at the time of rejection.
(d) The Bidder may arrange for testing to be carried out from the approved
laboratory prior to delivery of materials to site. But this shall in no way relieve
him of his obligations and responsibilities of carrying out necessary tests and
removing all materials not fulfilling the requirements set under this specification.
(e) All sampling of materials for testing purposes shall be made on a random basis
following the guideline of the Engineer. All test samples shall be collected in
presence of the designated representative of the Engineer, who shall supervise
proper sealing/securing of the sample prior to sending it to the relevant laboratory
for testing. Engineer and the Bidder or their authorized representative shall put
joint signatures on the sealed containers/bags of the sample before sending those
to the recognized materials testing laboratory as directed by the Engineer.
(f) In transporting the sample (s) to the approved testing laboratory, precautions shall
be exercised by the Bidder so as to ensure that samples are not harmed due to
shock, impact or jerk impairing its structural soundness.
(g) On completion of tests, results shall be collected by person (s) authorized by the
Engineer only.
(h) The cost of all testing including all repeat tests (in case of non-fulfillment of
requirement) and incidental expenses shall be borne by the Bidder and no
separate payment shall be given to the Bidder for this purpose.
4.2 Testing Requirements of Various Structural Materials
Unless provided otherwise in the Specifications or elsewhere in the Contract Documents, any
or all of the tests specified here shall be performed as may be required by the Engineer to
ascertain whether the quality of material and/or of any finished or partially finished work is
appropriate for the purpose for which it is or was intended to fulfil in accordance with the
Specifications. Only the major structural materials are covered in this section, the Engineer
may require tests on other materials and the Bidder shall have to comply with those
requirements as well.
4.3 Reporting Requirements
The Bidder shall keep records of all tests conducted including those which fail to meet
requirements during the course of execution of the works or approval of materials. A
summary of tests conducted during each month shall be furnished enclosing all test results
thereof as an annexure to the Monthly Progress Report to be submitted by the Bidder.
59
On completion of the Work, and before issuance of the Completion Certificate, copies of all
test reports shall be consolidated in a volume, three copies of which shall be submitted for
record of the Employer.
4.5 Method of Measurement
This item shall be measured by the cubic meter complete in place for the several classes of
concrete that may be involved. However measurements of particular items are indicated in
Bill of quantities Measurement shall be to the neat lines of the structure shown on the plans or
as ordered in writing by the Engineer. The volume of reinforcement, conduit pipes and
fittings embedded in the concrete shall not be deducted from volume of the concrete.
4.6 Basis of Payment
The amount of completed and accepted work, measured as provided above, shall be paid for
at the contract unit price per cubic meter or as indicated in Bill of quantities for the several
classes of concrete, which prices shall be full compensation for furnishing, preparing,
transporting, delivering, breaking chips, screening chips as required, mixing and placing all
materials, including any admixtures, curing compound and curing and finishing of concrete,
construction including chamfering and removal of formwork and scaffolding where required
and for all labour, equipment, tools and incidentals such as overhead, profit, taxes, VAT etc.
necessary to complete the item, except reinforcing steel unless otherwise noted in the Bill of
quantities.
5.0 REINFORCING STEEL IN CONCRETE
5.1 Description
This item shall consist of furnishing and placing in concrete reinforcing steel (M.S Rod) of
quality, type, size and quantity designated, all as required by these Specifications and as
shown on the applicable structural drawings.
5.2 Materials
Reinforcing steel shall be 60 Grade, deformed bars from billet steel as specified on the
structural drawings and shall meet the following requirements:
a). Quality of reinforcement steel, its properties including strength, elongation,
bending, splicing, hooking, covering and all related events shall be in accordance
with the requirements of BDS 1313-1991 and ASTM A615M.
It should be noted that steel made from scrap iron shall not be accepted for any type of work.
All reinforcement bars shall be clean and free from loose scale, dirt, paint oil, grease or other
foreign substance. Bars should be placed in position as drawing/design requirement and be
cleaned with a stiff wire brash if required.
5.3 Bending of Reinforcement
All reinforcement bars shall be bent cold to pertinent dimensions using bending appliances
and method approved by the Engineer. All bars of slab and beam shall invariably have
standard hooks at the end. All standard hook shall meet the following requirements:
a). A semicircular turn plus an extension of at least four bar diameters but not less
than 62mm at the free end of the bar.
b). A 90-degree turns plus an extension of at least 12 bar diameters at the free end of
the bar.
60
c). For stirrup and tie anchorage only either a 90 degree or a 135 degree turn plus an
extension of at least six bar diameters but not less than 75mm at the free end of
the bar.
The radii of bend measured on the inside of the bar for standard hooks shall not be less
than the values given below:
Bar size Minimum radii
10 mm, 12 mm, 16 mm 2.5 bar dia
19 mm, 22 mm, 25 mm 3 bar dia
28 mm, 32 mm, 35 mm 4 bar dia
Bends for stirrups and ties shall have radii on the inside of the bar not less than one bar
diameter. In case of any discrepency between the drawing and specification, drawing
shall prevail.
5.4 Placing of Reinforcement
Reinforcement shall be placed, supported and maintained in the position shown in the
Contract Drawing and shall be checked and approved by the Engineer before placement of
concrete begins. Unless otherwise permitted by the Engineer, all intersecting bars shall be tied
together with double layer of 22G black iron wire and the ends of wire shall be turned into the
main body of the concrete. Clear cover must be maintained to the side of reinforcement as
shown on the drawing by using concrete blocks or separators.
5.5 Splicing of Reinforcement
No splices shall be made in the reinforcement where not shown in the drawing. Wherever it is
necessary to splice reinforcement at points other than those shown on the plans, Drawings
showing the location of each splice shall be submitted to and approved by the Engineer before
the reinforcing steel is placed.
5.6 Supports
Precast concrete blocks or metal supports of adequate strength, of proper dimension and in
sufficient number shall be used for supporting the bars in position. Blocks shall be of a shape
acceptable to the Engineer and designed so that they will not overturn when concrete is
stored. They shall be made of concrete with 10mm maximum aggregate size from same
materials and of the same mix proportions as that of the concrete in which they are to be used.
They shall be cast and properly cured for at least seven days before use and shall have wire or
other device cast in the block for the purpose of attaching them securely to the reinforcement.
Where directed chairs made with 12mm bars shall be provided in slab for keeping the
negative reinforcement in place during concreting. These chairs when used shall provide
proper cover as required and the numbers shall be as decided by the Engineer.
5.7 Welding of Reinforcement
Reinforcement in structures shall not be welded except where permitted. All welding
procedures shall be subject to the prior approval of the Engineers in writing. In pile
reinforcement welding may be necessary and shall be done in accordance to the drawing and
with the approval of the Engineer. Welding for connecting the damaged portion of the
reinforcement shall be allowed on both sides of the Re-bar and shall be 50mm of welding
length on both sides and on ends.
5.8 Concrete protection for Reinforcement
61
Unless otherwise shown in the structural drawings, the covering of reinforcement for different
types of members shall be as per the relevant standard in force in Bulgaria
10.9 Method of Measurement
Reinforcing steel bars shall be measured in M.Ton actually placed in different reinforced
concrete members like mat, column, wall, beam, slab, stair, lintel, railing, dropwall etc. With
unit price, reinforcement actually in place as shown on the plans or as ordered in writing by
the Engineer shall be considered. The weight paid for shall include splice laps of
reinforcement as approved by the Engineer but no allowance will be made for the clips, chair,
seperator, wires, over weights etc. or other fastening devices for holding the reinforcement in
place. No measurements shall be given for overweight, clips or other fastening devices.
5.10 Basis of Payment
The amount of completed and accepted material, measured as provided above, shall be paid
for at the contract unit price per Metric Ton for "Reinforcing Steel”, which prices shall be full
compensation for furnishing, fabricating, transporting, delivering, erecting, and placing all
materials, and for all labour equipment, tools, including all chairs, seperator, overweight,
overhead, profit, taxes, VAT etc. and incidentals necessary to complete the work. The weight
shall be considered as per BDS 1313:91.
6.0 BRICK WORK 250mm THICK AND ABOVE
6.1 Description
This item shall consist of constructing brick masonry work in 1:6 cement mortar in such
thickness and at such heights as required by the plans.
6.2 Materials
All materials shall meet the requirement of the relevant sections of Material Specifications.
a). Bricksshall be 1st class well-burnt bricks of uniform colour, shape, size with
sharp corners .
b). Cementshall be Ordinary Portland Cement
d). Watershall be same as required for concrete.
Mortar: Mortar of brickwork unless otherwise required shall consists of 1 part of
cement and 6 parts of sand by volume.
Cement and sand shall be mixed dry in the specified proportions on a clean board or
platform until the colour of the mixture is uniform. Water shall then be added sparingly,
only the minimum necessary being used to produce a workable mixture of normal
consistency, The water cement ratio in no case shall exceed 0.50 by weight, or as
directed by the Engineer.
The mixing shall be done on a clean hard platform with watertight joints to avoid
leakage. The mixture should be covered with polythene sheet or other means so that
dust or other foreign materials cannot be deposited. At the close of each day's work, the
mixing trough and the pans shall be thoroughly cleaned and washed.
Mortar shall be mixed in quantities required for immediate use within 30 minutes of
mixing. Mortar, which has taken its initial set, shall, on no account be used on the work,
nor shall it be remixed with or without additional materials or re tempered by other
means.
6.3 Construction requirements
62
No bricks shall be used until they have been thoroughly soaked in clear water for at least eight
hours. Soaking shall be discontinued one hour before use. Care shall be taken that the bricks
are clean and free from lime or dirt of any kind. If necessary, bricks shall be scrubbed clean
by steel brush and washed. Water in soaking vat shall be replaced at regular intervals to avoid
concentration of salt and dirt. Vat for the soaking of brick shall be constructed above the
ground with a height of about 1 meter and size enough to soak sufficient for a day work. For
clearing the dirty water a hole shall be kept at the bottom of one side. The vat shall have two
chambers, one for soaking brick and one for clean water to be used for mixing mortar. After
the day’s work, the vat shall be cleaned, filled with fresh water and sufficient number of
bricks shall be submerged in the vat for overnight soaking.
Brickwork shall be built in plumb and shall be carried up regularly throughout the entire
length of the structure. Unless otherwise specified, bricks shall be laid in English Bond with
frog mark on top and each brick being set with mortar in bed and vertical joints. All bricks
shall be whole except where necessary for closers and where expressly authorized. All
horizontal joints shall be parallel and level. Vertical joints in alternate courses shall come
directly over one another. Joint thickness should be uniform and shall be 6mm for pointing
brick work and shall in no case exceed 10mm for other brick works. Exposed joints shall be
raked and flush-pointed unless otherwise specified and the face of the work shall be kept
clean as work proceeds. Pouring of water in the joints at the time of laying the brick shall be
strictly prohibited. If the brick work is to be plastered, at the end of the day’s work the
vertical and horizontal joints be raked to a depth of 12mm with a bent iron rod, so as to ensure
good adhesion to the plaster to be done subsequently. The joints of brickwork that shall
remain below and in contact with ground shall be made flushed with mortar by trowels at the
time of brick work. At frequent intervals, the wall surface shall be checked with the straight
edge (patta) and the plumb bob to see that the wall is in correct vertical plane and that there is
no depression on the surface anywhere. The straight edge shall be put at various angles to
ensure correct surface of brickwork. All masonry shall be true to plumb within the tolerance
prescribed below:
a) Deviation from vertical within a storey shall not exceed 6mm per 3m height.
b) Deviation from position shown on plan of any brickwall shall not exceed 12mm.
c) Relative displacement between load bearing walls in adjacent stories intended to
be in vertical alignment shall not exceed 6mm.
Any pipe or conduit may pass vertically or horizontally through any masonry by means
of a sleeve at least long enough to pass any hub or coupling on the pipe line. Such
sleeves shall not be placed closer than three diamaters centre to centre nor shall they
unduly impair the strength of construction.
Chases, recesses and holes shall be permitted within the tolerances preseribed below:
a) Vertical chases shall be preferred instead of horizontal chase.
b) Vertical chases shall not be closer than 2m in any stretch of wall and shall not be
located within 350mm of an opening or within 250mm of a cross wall that serves
as a stiffening wall for stability.
c) Horizontal chases shall be located in the upper or lower middle third height of a
wall.
When brickwork in any section can not be carried up in level courses, the work is to be
racked back in regular steps of one course each.
The height of day's work shall be limited to 1.25 meter unless otherwise permitted. In
exposed situations the day's work shall be protected against harmful effect of weather
during and for a period immediately following construction until the mortar has
63
sufficiently hardened. All brickwork shall be thoroughly cured for a period of at least 7
days. Fixture in masonry such as anchors, clamps, brackets, pipes, etc. shall be built-in
during construction at no additional cost to the Contract.
6.4 Method of Measurement
This item shall be measured in net cubic meter of brickwork built in place to the neat lines of
the structures shown on the plans with 250mm width for one brick and 375mm for one and
half brick length. No deduction shall be made for flues, storm drainage, sewerage, electric
conduit and other utility pipe holes for payment of work. Necessary scaffolding shall be done
at the expense of the bidder for proper execution of work. The rate shall include the cost of
erection and removal of scaffolding.
6.5 Basis of Payment
Payment shall be made at the Contract unit price per cum of completed and accepted work
measured as provided above which price shall constitute full compensation for furnishing,
storing, transporting, preparing, laying, and curing all materials and for all labour,
scaffolding, tools and equipment, overhead, profit, taxes, VAT etc. and for all incidentals
necessary to complete the item.
7.0 120 mm THICK BRICK WORK
7.1 Description
The work covered by this item shall consists in constructing 120mm thick wall with 1st class
bricks in 1:4 cement mortar at any heights as required by the plans.
7.2 Construction Requirement and Materials
Materials and method of construction shall be as stated in clause 12 except that the mortar
shall consist of 1 part of cement and 4 parts of sand.
7.3 Method of Measurement
120 mm thick brick walls shall be measured in square meter actually built wall deducting all
openings and incorporated foreign structures, such as lintels, columns, beams, etc., provided
that the area to be deducted exceeds 0.1 square meter.
7.4 Basis of Payment
Payment shall be made at the contract unit price per square meter of completed and accepted
work measured as provided above which price shall constitute full compensation for
furnishing, storing, transporting, preparing, laying and curing all materials and for all labour,
scaffoldings, tools and equipment, overhead, profit, taxes, VAT etc. and for all incidentals
necessary to complete the item.
7.0 PLASTER ON BRICK MASONRY
7.1 Description
This item shall consist of providing 12mm to 20mm thick (1:4)/ (1:6) on walls, and where
necessary in accordance with these Specifications & direction of Engineer.
7.2 Materials
Materials shall meet requirements specified below and in the relevant section of Material
64
Specifications.
a). Cement shall be Ordinary Portland Cement
b). Sand shall be clean well grade natural sand having a fineness modulus of 1.2.
Sand shall be washed carefully in water to get rid of the trouble of saltpeter
action in plaster and dampness to the wall due to efflorescence. A 100-mesh wire
netting sieve shall screen Sand.
c). Water shall be potable and clean and contain no salt or organic materials.
7.3 Surface preparation
Before application of plaster, the joints in brick walls shall be adequately raked out where
necessary and smooth concrete surfaces shall be roughened to provide key. The surfaces shall
be scrubbed clean of loose materials and soaked with water and kept damped for 24 hours in
case of brick masonry.
7.4 Construction requirements
All concealed utility service lines, conduits, pipes, clamps, door/window frames and other
inserts must be in position before plastering commences. Chiseling and patch repairing of
plaster shall not be permitted.
Application Method: Cement and sand properly mixed with water in the proportion as
specified shall be laid on clean walls to a thickness of 12mm. Thicker plaster on an average
upto 20mm may be necessary for the uneven face of the 250mm wall.
Laid plaster shall be finished by straight edge and trowel. Adequately long straight edge shall
be used to bring the surface to true plane and level. After finishing the plaster with trowels
and after some time steel trowel shall be used to make the plaster smooth. Care should be
taken to see that trowel is not used just after laying of the plaster when it is too soft. Neither
should it be used after it has completely hardened up. It should be used just after the plaster
has commenced to set, so that there is no mark of trowel in the plaster for obtaining a
perfectly smooth surface having no undulation.
Plaster which consists of two coats, under and finish, when applied over brick masonry, the
under and finish coats shall be applied with an interval to permit the undercoat to set. Water
proofing admixture of specified quantity shall be mixed with cement mortar as per
manufacturer’s instruction.
Plaster shall be kept moist by watering and protected from weather for at least 10 days
immediately following completion.
If any cracks appear in the plaster or any part sounds hollow when tapped or is found to be
soft or otherwise defective after the plaster has dried, it will be considered as defect and the
defect shall be made good by cutting out and re-plastering at the Bidder's own cost.
7.5 Method of Measurement
The work shall be measured in square meter of actually plastered surface.
7.6 Basis of Payment
Payment shall be made for the amount of completed and accepted work measured as provided
above at the contract unit price per square meter of plaster which price shall constitute full
compensation for furnishing all materials, mixing of mortar, plastering surface to be plastered,
watering and protecting the plaster after completion, provision, erection and removal of
scaffoldings including overhead, profit, taxes, VAT etc. as well as incidentals necessary to
65
complete the work according to the applicable plans.
8.0 PLASTER ON R.C.C SURFACES
8.1 Description
This item shall consist of providing 6mm to 12mm thick 1:4 cement-sand plasters on all
R.C.C members in accordance with these Specifications.
8.2 Materials
Materials shall be same as plaster on brick surface.
8.3 Construction Requirement
When a flat smooth concrete surface such as ceiling, column or beam shall be plastered, the
surface shall be roughened beforehand by picking thoroughly with a suitable sharp picking
tool and then watered. Plaster shall consist of 1 part cement and 4 parts sand and have
thickness of 6mm and shall be applied in a single coat. Where plaster on concrete surface is
required 12mm thick, it shall consist of two coats, under and finish. The under coat shall
consist of a grout application and shall have minimum thickness of 6mm and shall be leveled
with straight edge and scratched for key. The finish coat shall be trowelled over with care and
leveled with straight edge to obtain a flat smooth surface. The under and finish coats shall be
applied with an interval to permit the under coat to set. All edges and corners unless otherwise
shown on the plans, shall be rounded or chamfered as directed by the Engineer. All moldings
shall be neat, clean and true to template. The use of trowel in the ceiling plaster is very
important as this is the only way how the plaster on concrete can be conveniently made
smooth and even. Lack of attention on this point shall give a poor finish on surfaces like
ceiling, which speaks seriously on the aesthetic look and finish of the room.
8.4 Method of Measurement
The work shall be measured in Square meter of actually plastered surface.
8.5 Basis of Payment
Payment shall be made for the amount of completed and accepted work measured as provided
above at the contract unit price per Square meter of plaster which price shall constitute full
compensation for furnishing all materials, mixing of mortar, plastering surface to be plastered,
watering and protecting the plaster after completion, provision, erection and removal of
scaffoldings including overhead, profit, taxes, VAT etc. as well as incidentals necessary to
complete the work according to the applicable plans
9.0 STEEL DOOR AND FRAME
9.1 Material and Construction Requirements
The work covered under this item shall consist of supplying and fabricating M.S angle frame
(38 x 38 x 5) mm size fitted with brick masonry/ R.C.C structure by cutting grooves for clamp
& mending good to the damages and shutter made of 18 BWG steel sheet as per drawing
including supply of all materials, welding, fabrication, hinges, locking arrangement, hatch
bolt, tower bolt etc. complete.
9.2 Method of Measurement
Measurement for payment shall be made in rm for frame along outline of the frame and
shutter shall be in Sqm.
9.3 Basis of Payment
66
Payment shall be made at contract unit price mentioned in the bill of quantities.
10.0 M. S. WINDOW FRAME
10.1 Description
The M.S. window frame shall be made of square hollow box as per site measurements
specified in the Bill of Quantities and as per site measurement. This is to be fitted at any
places as per drawing and direction of the Engineer.
10.2 Construction Requirement
The mild steel shall conform to the requirements of the relevant standard in Bulgaria. The
structural steel shall conform to the requirement of the relevant standard in Bulgaria. These
M.S. sections are to be cut to sizes, fabricated, welded (continuous) and to the shape and sizes
of the frame as per drawing. This frame shall have two coats of polyurethane paint over a coat
of approved anticorrosive primer. The polyurethane paint should be of approved quality and
color. Each frame must have sufficient numbers of clamps on 4 sides of the frame.
A frame should be prepared and deposited with the Engineer for his approval. Only after
approval the manufacturing should start.
10.3 Basis of Measurement
The measurement shall be in square meter of the gap where the frame is to be fitted. No
separate measurement for 2 coats of painting over anticorrosive priming shall be given.
10.4 Payment
Payment shall be in unit rate mentioned in the Bill of Quantities inclusive of M.S. sections,
electrode, labor, carrying, fitting, fixing, and two coats of painting over an anticorrosive
priming and all other incidentals etc. complete.
11.0 SYNTHETIC GLOSS PAINT
11.1 Description
The work covered under this item shall consist of applying 2 (two) coat of synthetic gloss
paint of approved color over a coat of anticorrosive priming on metal surface or elsewhere as
per direction of the Engineer.
11.2 Materials
a).High quality Syntehetic gross paint of approved brand.
b). Sand paper
c). Putty made of 2 parts of whiting, one part of white lead mixed together in linseed oil
kneaded with wooden mallets until thoroughly incorporated. After kneading it in left for
12 hours when it is kneaded again to give smooth workable paste. Desired pigment may
be added if coloured putty is needed.
d). Thinner: Thinner shall be used of the same Brand as of the Brand of paint.
11.3 Surface Preparation
While dealing with painting in iron and steel work, a perfectly clean and even surface is of
great importance. Any paint coat applied on greasy or oily steel surface will lack proper
adhesion and will lead to failure of the paint film. Removal of mill scale and rust is more
difficult but of equal importance. A good all-purpose degreaser is mineral turpentine oil.
67
Before painting, rust scales and dirt should be removed by means of iron brushing. Special
attention shall be given to the cleaning of corners, reentrant angles, weld spatters.
Iron and steel work must be thoroughly dry before being painted.
11.4 Application Method
All steel surfaces shall receive 2 coats of hard-gloss paint of approved color over a coat of
anticorrosive paint. The correct timing of application of primer coat is a very important factor.
Particularly when humidity is high or dew settles on surfaces in the evening or night.
The gloss paint must be approved by the Engineer.
Manufacturer’s instructions for application of paint must be followed. The color of the paint
should be according to the direction of the Engineer.
A sample area must be prepared first and got inspected and approved by the Engineer before
the full scale work commences.
The paint must not be allowed to settle in the cans. To prevent this, each painter will have in
his can of paint a stirring stick with which he must use to stir up the paint occasionally.
After completion of painting work, the bidder shall remove any paint spots and stains caused
by this work in floor, walls, glass, hardware, equipment and other surfaces leaving these
surfaces in perfect condition.
11.5 Method of Measurement
Measurement for payment shall be made in sqm of actually completed acceptable painted
surface.
11.6 Basis of Payment
The amount of completed and accepted work measured as provided above shall be paid for at
the contract unit price per square meter which payment shall constitute full compensation for
furnishing all materials, equipment and labour including storage, transport, preparing, mixing
and applying putty, primer and paint and providing scaffoldings as well as all incidentals
necessary to complete the work.
12.0 INTERIOR PAINTING FOR WALL AND CEILING (Interior and exterior)
12.1 Description of work
This specification section covers the surface preparation, material, manufacture, delivery and
application of painting.
All paints shall be of the first quality and/or standard products of reputable manufacturers.
12.2 Surface preparation
a. Surface preparation for concrete, mortar and plaster unless otherwise specifically
instructed in the specifications, the following procedures for preparation shall be adopted.
Surface shall be sufficiently dried before painting Dirt, dust and foreign matter shall be
removed with care not to damage the surface.
Interior mortar and plaster surfaces shall first be painted with emulsion sealer and then putty
shall be applied to remedy the irregularities of surfaces, such as hair cracks, minute holes,
etc. and immediately after application, excessive putty shall be skimmed off with a wooden
68
or iron spatula, when the putty dries, the puttied surfaces shall be sanded with sandpaper
prior to a paint application.
IV. Exterior mortar surfaces shall first receive cement. Filler or the like with "brush or their
hair cracks minute holes, etc. Then the remedied surfaces shall be sanded with sandpaper
followed by applications of solvent 'based sealer or that approved by the Engineer.
V. Regarding the exterior concrete, major irregularities of the surfaces shall be corrected by
filling the crevices, holes, etc. with cement filler or the like. The filler shall be applied with
wooden or Iron spatula as smoothly as possible. When the filler dries, solvent based sealer or
that approved by the Engineer shall be applied before Painting.
12.3 Materials
Paints shall be factory manufactured and delivered to the job in unbroken containers which
shall show the designated name. Formula, color, Manufacturer's directions and name of
manufacturer, all of which shall be plainly legible at the time of the use, the followingpaints,
which conform to B.S specifications or their equivalent shall be used,
Gloss emulsion paint (on interior walls) Gloss emulsion paint shall stand for
comparativelygloss rich vinyl emulsion paint.
12.4 General rules
a. Inflammable paints shall be in an independent, isolated and well ventilated place and
sheltered avoiding direct sunlight.
b. panting places shall be ensured of good ventilation to avoid poisoning by solvents as well
as prevent to afire.
c. Special attention shall pay to the preventing of fire.
Hazards fire shall be kept off from the painting places and paint stores to prevent occurrences
of explosion, fire, ect, cloth sand / or rugs used for wiping or soaked with paint may have a
danger of spontaneous combustion, therefore, such materials shall be immediately disposed
of.
d. Painting work shall be suspended under the following circumstances:
i. Atmospheric temperature is below 5C and relative humidity is more than
ii. During snow, rain, strong wind or days expected of such weather conditions.
vi. Untidy conditions of work where good work cannot be expected.
V. Painted surfaces can be damaged or hindered by other works.
Vi. Ventilation is not sufficient enough that proper drying of paint can be ensured.
e. The proper application method shall be employed to meet nature of the paint, and paint
applications shall be done evenly so as not to leave blemishes, sagging running’s, wrinkles,
bubbles, ect.
f. paint for finish coating shall be, as a rule, prepared for special color and luster effects
which shall be subject to approval of the Engineer. Color sample, color plates, ect, shall be
submitted to him.
g. Paint shall be delivered to the site sealed.
69
h. Paint shall be in general, used as it is, however depending on the roughness / fineness of
the surface, degree of absorption, atmosphere ic temperature, ect, it may be adjusted by use
of thinner or solvent to ensure proper painting.
i. Painted surfaces shall be well protected from n contamination and damage until they are
thoroughly dry and floors and other surfaces adjacent to areas to be painted shall be properly
or protected otherwise from stains before painting work .commences
j. After blast or power tool cleaning of steel surfaces, primer shall be applied as soon as
possible in order to avoid growth of rust.
k. Manufacturer's instructions shall be strictly observed to ensure proper and good painting
work.
13. GLAZED TILES
13.1 Materials
Glazed ceramic wall tile shall be square edge, matte finish, glazed natural clay tile. Tile
shall be free from defects which affect appearance or serviceability, will not be
acceptable.
Tile shall be free from a dark spots over 0-16mm ( interior or 0.3mm exterior) in
diameter, fractures in the glaze, heavy accumulations of glaze , spots in sufficiently
glazed , frosted crystalline appearance and rough spots, ceramic tile shall be first quality,
size the drawing.
13.2 Installation
a. Apply setting beds for tile directly to moistened concrete, concrete block, Portland cement
plaster other bases, setting beds shall be composed by volume of one part Portland cement, to
one half part hydrated lime to four parts dry sand, mixed with minimum amount of water
necessary to produce a workable mass. Apply in sufficient quantity and with sufficient
pressure to cover well the entire area and form a good key. Bring out flush with temporary
screeds or guide strips so placed as to give a true, earen surface at the proper distance from
the finished face of tile. Setting beds shall not less than 1.25cm nor more than 1- 9cm thick.
b. Joints shall be straight, level, perpendicular, and of even width. Vertical joints shall be
maintained plumb for the entire height of the tile work. Tile where called for on the drawings
shall have staggered joints as shown.
Each tile shall be brought to a true level plane surface by uniformly applied pressure under a
straight edge, Tiles that are improperly placed shall be removed and reset. Damaged or
defective tile shall be replaced.
c. Before setting, tile shall be thoroughly soaked in clean water and drained so that no free
moisture remains on the back of tile. Wall tile shall be set by trowelling1 a skin coat of neat
Portland cement on the setting bed or by applying a skin coat to the back of each tile unit and
immediately floating the tile in to place. All tile special shapes and trim pieces shall be solidly
backed with mortar.
d. Grouting: Immediately after a suitable area of tile has set, grout joints full with plastic mix
of neat, white Portland cement. If desired, the bidder may add fine, white grouting sand up to
an amount actual in volume to the Portland cement.
Wet joints before application of the grout. Force maximum grout in the joints by squeegee,
brush or finger application. Tool joints slightly concave to the edge of the cushion, and wipe
excess grout from face of tile, Allow no mortar from setting bed to show through the grout.
Immediately rough on the replace grout at any depressions that appear along the face of
pouted joint once the surface has been cleaned.
70
e. Cleaning: After grout is thoroughly set, sponge and wash tile thoroughly, diagonally a-
'cross joints, and polish with clean, dry cloths.
Acid cleaners not allowed.
f. Curing: Keep joints continuously damp for a period of at least 72 hours after applying
grout.
14. GLASS
14.1. All glass shall be of the best quality, free from specks, bubbles, smokes veins, air holes,
blisters, and other defects. The kind of glass to be used shall be as mentioned in the item or
specification or in the special provision or as shown in detailed drawings.
Thickness of glass panes shall be uniform. The specifications for different kinds of glass shall
be as under.
14.2 Sheet Glass
14.2.1 In absence of any specified thickness or weight in the item or detailed specifications of the
item of work, sheet glass shall be weighing 7.5 Kg/Sq. m. for panes up to 600 mm. x 600 mm.
14.2.2 For panes larger than 600 mm. x 600 mm. and up to 800 mm. x 800 mm. the glass weighing
not less than 8.75 Kg/Sq. m. shall be used for bigger panes up to 900 32mm. x 900 mm. glass
weighing not less than 8.75 Kg/Sq. m. shall be used. For bigger panes up to 900 mm. x 900
mm. glass weighting not less than 11.25 Kg/Sq. m. shall be used.
14.2.3 Sheet glass shall be patent flattened glass of best quality and for glazing and framing
purposes shall conform to I.S.: 1761-1960.Sheet glass of the specified colours shall be used,
if so shown, on entailed drawings or specified. For important buildings and for panes with
any dimension over 900 mm. plate glass of specified thickness shall be used.
14.3 Plate Glass:
14.3.1 When plate glass is specified it shall be “polished patent plate glass " of best quality It shall
have both the surface ground, flat and parallel and polished to obtain clear undisturbed vision
and reflection. The plate glass shall be of the thickness mentioned in the item or as shown in
the detailed drawing or as specified. In absence of any specified thickness, the thickness of
plate glass to be-supplied shall be 6 mm. and a tolerance of 0.20 mm. shall be admissible.
14.4 Obscured Glass:
14.4.1 This type of glass transmits light so that vision is partially or almost completely obscured.
Glass shall be plain rolled, figured, ribbed of fluted, or frosted glass as may be specified as
required. The thickness and type of glass shall be as per details on drawings or as specified or
as directed.
14.5 Wired Glass:
14.5.1. Glass shall be with wire netting embedded in a sheet of plate glass. Electrically welded 13
mm. Georgian square mesh shall be used. Thickness of glass shall not be less than 6 mm.
Wired glass shall be of type and thickness as specified
15. PVC FLOORING TILES
Relative humidity of the concrete floor must not exceed RH 85 % (2.0 % CM). Temperature
during installation and that of subfloor and material should be at least +18 °C (68 °F). Before
71
installing the flooring, it must be ensured that the final leveling compounds have dried
sufficiently.
The flooring must be installed using water based acrylic dispersion adhesives approved by
ENGINEER IN CHARGE. Adhesive is applied using a fine-toothed trowel and the amount of
adhesive should be 150-250 g/m². Installation is performed using semi-wet gluing method,
paying attention to the absorbency of subfloor, the adhesive and conditions. The flooring must
not be installed on top of existing flooring screeding.
The floor must be rolled while the adhesive is still fresh. The weight of the roll should be 50 -
70 kg. Rolling prevents the emergence of adhesive trowel marks and indentations on the
finished floor surface. Avoid traffic on the floor and do not move furniture until the adhesive
is totally dry.
For maximum adhesion the back side of the tile is grinded. Install the tiles so that the arrows
on the reverse side of the tiles point in the same direction. Press each tile tightly against the
subfloor, working the tile back and forth, and ensure that the glue is spread evenly over the
reverse side of the tile. Seams can be hot welded using a suitable welding rod. To avoid
differences in gloss, use a suitable welding temperature and speed.
After installation, the floor surface should be carefully protected against construction-period
loads and stresses with an appropriate material for the purpose. The protective materials
should be taped to each other only - not to the surface of the flooring.
16. CLEANING, PATCHING ACID WASHING AND FINAL SEALING OF EXISTING
MOSAIC FLOOR
Before commencing the repair the affected area of the mosaic floor shall be restricted for
carrying out any other activity.
The total area shall be cleaned out of dirt, grease, oil, paint.
The preliminary cleaning shall be made with a substance or detergent, not harming of in any
way affecting the texture and smoothness of the mosaic.
In no case the cleansing detergent shall affect the colour of the chipping used
The polishing shall be made mechanically with rotating mosaic machine.
The final wax coating shall be laid subject to approval by the ENGINEER IN CHARGE.
17. CLEANING EXISTING WALL TILES
The cleaning of the existing glazed wall tiles shall be made with a substance or detergent, not
harming of in any way affecting the glazed surface of the tiles or the joint filler (grouting).
It is deemed to remove all dirt, grease, oil or any other king of residues and leave the surfaces
clean.
Wherever the grouting is condemned or peeled off it shall be replaced with fresh one.
The colour of the grouting shall be white, unless otherwise instructed by the ENGINEER-IN-
CHARGE.
18. REPAIR OF DAMAGED MOSAIC FLOOR
72
Before commencing the repair the affected area of the mosaic floor shall be restricted for
carrying out any other activity.
The affected areas shall be cleaned out of dirt, grease, oil, paint.
Appropriate tools shall be used in order to remove all loose parts and to reach undisturbed
bed.
The mosaic mix shall be the same in colour and aggregate grading/ sizing as the existing and
shall be deemed to use Portland cement.
Any colorants used shall be non-toxic and water-resistant.
The polishing shall be carried out not later than 48 hours after the application.
19.0 WOOD WORK AND JOINERY
19.1 TIMBER
i) Unless otherwise specified, all timber for frames and shutters for doors, windows,
ventilators, etc. shall be of approved quality with permissible defects for "First Grade" of
timbers as per IS 1003 of latest edition. The planed surface shall be smooth and free from
blemishes and discolorations.
ii) All timber for carpentry and joinery in touch with masonry or concrete shall be creosoted
before fixing.
iii) All full fabricated timber shall be air seasoned at site of work for a period of not less than
two months to allow for any shrinkage that may take place. The preparation of timber for
joinery is to commence simultaneously with the beginning of the project work generally and
should proceed continuously until all the wood work is prepared and fixed/stacked on or near
the site as the case may be.
19.2 Workmanship and constructions
a) The workmanship shall be first class and to the approval of the Owner/Architects.
Scantlings and board shall be accurately sawn and shall be of required width and thickness.
All carpenter's work shall be wrought except where otherwise described.
The workmanship and joinery shall be accurately set out in strict conformity according to the
drawings and shall be framed together and securely fixed in approved manner and with
properly made joints. All work is to be properly tenoned shouldered, wedged, pinned, braced
etc. and properly glued with approved quality glue to the satisfaction of the Owner/Architect.
b) Screws
Unless otherwise specified all screws to be used in woodwork and joinery shall be of
cadmium plated and of approved quality. The size (diameter and length) should conform to
those specified in hardware schedule.
d) Tolerance
1.5 mm (l/l6") will be allowed for each wrought face of sizes specified except where
described as finished in which case they shall hold to the full dimensions.
e) Protection
All edges of timber frames etc. shall be protected from being damaged during construction by
providing rough timber casing securely fixed and other adequate protective measures.
73
f) If it is decided by the Owner to provide ant termite treatment, the buildings bidder shall co-
ordinate his work suitable as directed by the Owner/Architects.
f) Door/Windows frames shall have cut rebate. Planted rebates shall not be permitted.
g) Drawings shall be provided all rounds and shall be painted or polish finished matching with
finished shutters. This will be paid as a separate item as described in Schedule of Quantities.
19.3 Hardware fittings
All hardware fittings for doors shall be oxidized iron, brass, and anodized aluminum as
specified in the schedule of quantities. These hardware fittings shall be obtained from
approved manufacturers and shall bear ISI mark wherever available. The samples for the
fittings shall be submitted to the Owner/Architects for their approval. The rate for hardware
fittings shall include for supplying, fitting and fixing the fittings with necessary cadmium
plated screws, washer’s bolts, nuts etc. as required.
All locks shall be provided with keys in duplicate and rate shall include for the same.
Approved samples of hardware fittings shall be deposited with Owner/Architects for
reference.
19.4 Rates to include
Apart from other factors mentioned elsewhere in this contract the rate for item of woodwork
and joinery shall include for the following:-
A. Items of scantling:
i) All labour, materials and equipment’s for fixing frame work as per drawing excluding the
cost of holdfasts, Rawl plugs, or other fasteners etc.
B. Items of shutters:
i) All labour, materials and equipment’s for carrying out the work as per drawing.
ii) Labour for fixing the shutters in position (excluding the cost of fittings) as per drawing.
74
Part C –ELECTRICAL WORKS
75
C. ELECTRICAL WORKS
A. GENERAL
1.0 SCOPE OF WORK
This chapter covers all equipment/ materials and operations in connection with internal and
external electrification and similar other installation works covering buildings and related other
establishments as indicated on the drawings. All works shall be completely in conformity with
the Rules and Regulations as stated below.
2.0 STANDARD CODE AND REGULATIONS FOR INSTALLATION
The installation in general shall be carried out in conformity with the relevant Bulgarian Law,
Regulations, State Standards in force.
3.0 GENERAL REQUIREMENTS
3.1 The drawings related to the works indicate only general arrangement of the electrical system.
Details of proposed departures due to actual field condition or other pause shall be submitted to
the Engineer, for approval. The Contractor shall carefully examine the drawings and shall be
responsible for the proper installation of materials, fixtures and equipment in each unit as
indicated without substantial alteration.
3.2 Climatic and Atmospheric Conditions
The installations, equipment and materials shall be installed both externally and internally and
shall therefore, be designed and built to give efficient and reliable service continuously at the
normal voltage and current rating in the prevalent climatic and atmospheric conditions at the
relevant site.
3.3 Specifications
Materials required which are not covered by the detailed specifications shall be as
recommended by the equipment manufacturer or in consistence with good practice and
approved by the Engineer. All materials used shall be new, of good quality, made of reputable
manufacturers and accompanied by all required by Bulgarian legislations documentation (like
certificates, test protocols etc.)
3.4 Drawings
The Contractor shall prepare all needed drawings for obtaining Building Permit by the
Authorities (in stage of Technical Design as per Bulgarian Law), and submit them for check
and approval by the Engineer before submission to Authorities.
3.5 Cutting and Repairing
The work shall be carefully laid out in advance and any cutting of construction shall be done
only with the written permission of the Engineer. Cutting shall be carefully done and mending
good the damages to the building as a result of cutting for installation, piping, wiring for
equipment etc. shall be done by skilled masteries of the trade involved, at no additional
expense to the Employer.
3.6 Protection of Fixture
76
Conduit and pipe opening shall be closed with caps of plugs during installation. Fixture fittings
and equipment shall be adequately protected against dirt, water and chemical or mechanical
injury. At the completion of the work, fixture, materials and equipment shall be thoroughly
cleaned and delivered in a condition satisfactory to the Engineer.
3.7 Notice
The Contractor shall give all required notices to and maintain liaison with all authorities, utility
company etc. of the area of the work concerned or similar other organizations and any other
legal Authority Regulating the electrical works or installation.
3.8 Execution and Superintendence
The works shall be carried out only by licensed contractor authorized by the Government or
any other legal Authority set up for the purpose to undertake such works under the provision of
the Bulgarian Laws. All licenses along with a Photostat copy of the competency certificate of
the electrical supervisor shall be submitted to the Engineer before commencing the work.
4.0 APPROVAL AND LIST OF MATERIALS, FIXTURE AND EQUIPMENT
As soon as practicable and within 14 days after date of receipt of executed contract and before
any materials fixtures or equipment are purchased, the contractor shall submit to the Engineer
for approval a complete list, in triplicate, of materials, fixtures and equipment to be
incorporated in the work, together with the names and addresses of the manufactures and their
catalogues numbers and trade names. The contractor shall also furnish other detailed
information where so directed, under the various items. No consideration will be given to
partial lists submitted from time to time. Approval of materials will be based on manufactures,
published ratings. Any materials fixtures and equipment listed which are not in accordance
with the specification requirements may be rejected, the product of any reputable manufacturer
regularly engaged in the commercial production of equipment shall not be excluded on the
basis of minor differences, provided all essential requirements of this specification relative to
materials capacity and performance are met.
The Contractor shall furnish a statement giving a complete description of all points wherein the
equipment proposed does not comply with the specifications. Failure to furnish such a
statement will be in turreted to mean that the equipment meets all requirements of the
specifications. Tear sheet of catalogues shall be furnished if such catalogues are not readily
available to the Engineer.
5.0 AS-BUILT/RECORD DRAWINGS
5.1 As-Built/Record Drawings and Charts for Internal Electrification
Before the installation is finally handed over to the Employer the Contractor shall prepare and
submit to the Engineer for approval As-Built/Record drawings showing layout of all electrical
fixtures and Boards and positions and layout of conduits and exposed wiring if any and cable
runs with dimensions and full circuit details.
If the Engineer finds that the As-Built Drawings are not complete in all respects and/or they
contain errors, the Contractor shall do the corrections and resubmit to the Engineer, more than
once if necessary, till the Engineer can approve the As-Built Drawings.
A detailed circuit Chart shall be prepared, fitted in a durable frame and fixed in an approved
position adjacent to the main distribution control gear.
77
The installation shall not be considered complete till the As-Built Drawings free from
incompleteness and errors are submitted to and approved by the Engineer and the Charts
mentioned above are fixed in a satisfactory manner.
5.2 As-Built/Record Drawings for External Electrical Works
Before the installation is finally handed over to the Employer, the Contractor shall prepare and
submit to the Engineer for approval As-Built/Record drawings showing all routes and depths
below ground of all electrical cables, telephone cables.
If the Engineer finds that the As-Built Drawings are not complete in all respects and/or they
contain errors, the Contractor shall do the correction and resubmit to the Engineer for approval
of the As-Built Drawings, more than once if necessary, till the Engineer can approve the As-
Built Drawings.
The installation shall not be considered complete till the As-Built Drawings free from
incompleteness and errors are prepared and submitted by the Contractor to the Engineer and
the Charts mentioned above are fixed in a satisfactory manner.
Submission of As-Built/Record Drawings for all work is a pre-requisite for Contractor's claim
for final payment for any work including Electrical Work.
6.0. GENERAL INSTALLATION REQUIREMENTS
6.1 Concealed Installations
6.1.1 Where condition is shown on the drawings or is otherwise specified as being concealed, such
conduit may be embedded in structural slabs or in concrete fill laid on top of structure slabs or
concealed within hollow spaces. Where embedded in structural slabs conduits shall not exceed
30mm trade size, unless there are specific identification to the contrary. In areas where the slab
is less than 125mm thick, the overall diameter of the largest conduit shall not exceed one third
of slab thickness.
6.1.2 All the conduit running through the boxes and columns shall be laid with the innermost
reinforcement case with suitable effect in conduit so to make the outer surface of junction box
cover for switch box edges flush with the finished surface level or beam of columns as
approved.
6.1.3 Care shall be taken when making concealed installation to see that adequate clearance is
provided over the thickness elements such as coupling etc. so that fill or architectural finishes
may be applied which will be smooth, flat and not subject to spelling or cracking.
6.1.4 Raceways runs embedded in slab shall be spaced not less than three outside diameter centre to
centre unless they are so coordinated with structures as not cause weakens.
6.2 Exposed Installation
6.2.1 Raceways or there wiring methods shall be exposed only:
a. In specially assigned electric riser closets, shafts or switch board room.
b. In mechanical equipment spaces.
c. Where specially indicated on the drawing or otherwise with the expressed
permission of the Engineer.
6.2.2 Exposed raceways of there wiring method shall be run parallel to building, walls, columns lines
etc. throughout.
78
6.2.3 All exposed heavy conduits are to be fastened to masonry walls, floor or partitions, use of
wooden plugs will not be permitted instead rowel plugs should be used. Metal saddles of
approved type not more than 0.61M apart shall be used for fixing exposed conduit.
6.3 Routing
6.3.1 Every effort shall be made to route raceways or wiring therein so as prevent wiring from being
subject to high ambient temperature condition, minimum clearance from heated pipes, ducts or
surface such as breathings, flush etc. shall be maintained as follows:
a. Crossing un-insulated pipes or ducts 75 mm
b. Crossing insulated pipes or ducts 25 mm
c. Running parallel to un-insulated pipes, ducts or surface 900 mm
d. Running parallel to un-insulated pipes, ducts or surface 150 mm
6.3.2 Regarding of any routing shown on the places, raceways or other wiring method shall not run
exposed over a boiler or embedded in construction under a boiler unless special provisions for
wiring through these specific high ambient temperature areas have been indicated.
6.3.3. Regarding or other wiring methods run in suspended ceiling may be installed as the draw, files,
except that, where such raceways etc. and being installed prior information regarding the final
layout of all trade occupying, the suspended ceiling plenum they shall be installed in
coordinated “Square manner so as to minimize future conflicts.
6.3.4. Under no condition raceways or other wiring methods be installed in elevator shafts and hoist
ways. Where outlets are being provided for such items as tri cables, pit lights, run by lift etc.
only the outlet boxes themselves shall be located within the confines of the shaft.
6.4. Miscellaneous Requirements
6.4.1 The installation of raceways or other wiring methods requiring the notching, cutting or
drilling of structural elements shall coordinated with the other trades to ensure that no
weakening of the structure is caused.
6.4.2. When finishing or snaking raceways to set up for pulling in wires and cables, fish taps with ball
types means shall be used.
6.5 Wires and cables shall not be pulled into raceways until:
6.5.1 a. The project has been progressed to such a stage as to not likely to injure
electrical wires or cables.
b. The project has been progressed to a point where raceways are dry and
moisture is no longer likely to get into them.
c. Wires or cables shall be pulled into raceways utilizing a suitable brush,
followed by an 85% diameter ball mended ahead of the wires or cables in the pulling
assembly.
6.5.2. The only permissible pulling lubricants is powdered soap-stones.
6.5.3 Sufficient slack shall e left on all rooms or wires and cables to permit the proper connection of
devices, equipment etc.
6.6. Mounting Height
6.6.1. Mounting height of outlet and fixtures shall be accordance with the following list of bottom
line dimension above finished floors unless otherwise shown on drawings.
79
a. Light switches - 1400 mm from finish floor level on wall
b. Wall bracket light - 2.50M from finish floor level on wall
c. Socket outlet on wall (except for
kitchen area) - 400 mm from finish floor level on wall
d. Socket outlet in kitchen area - 1400mm from finish floor level on wall
e. Telephone and Intercom - 400 mm from finish floor level on wall
6.7 Connections
6.7.1. All connections and splices shall be done only in appropriate junction boxes, with relevant IP
rating. The connections shall be done only with terminals (spring-type or screw-type).
B. MATERIALS AND THEIR INSTALLATION:
1.0 PIPE (CONDUIT) / BATTEN WORKS
1.1. Plastic Pipe (Conduit) and Accessories
The work under this item comprises supply and installation of rigid, water grade PVC Pipe and
accessories concealed or exposed in/on floors, roof slabs, walls and column where necessary in
accordance with the drawings. PVC Pipes shall be of standard manufacture to meet the
requirement of the relevant Bulgarian State Standard. Pull boxes, circular boxes, bends,
sockets, elbows etc., shall be of PVC or other similar inert synthetic materials, press fitted and
then sealed with PVC solvent cement or by any other standard glue as prescribed by the
manufacturer. Switch Boxes, and Junction Boxes shall be made of PVC. Each junction box
shall have an earth block where earth continuity conductor can be connected. The circular
boxes shall be of PVC material with 19mm long hub and machine screwed cover. Pull wires, to
draw the copper conductors through conduits shall be 16 SWG and galvanized. The conduits to
be concealed in slabs shall be installed along with G.I. Pull Wire in between top and bottom bar
immediately after placement of reinforcement bar as per applicable routing shown on the
drawings. Conduits shall be tied with bars by 2 x 20 SWG G.I. Wire at 610mm c/c. Conduits
over false ceiling will remain exposed. All these non-concealed conduits are to be secured with
concrete surface or timber frame by galvanized saddle or cleats at 381mm c/c. Concealed
conduits in concrete wall or column surface shall be placed along with shuttering or form work
before the concrete is poured in.
Any change in routing necessitated because of job condition shall have prior approval of the
Engineer. All such changes shall be marked on the plans as field records. Conduits in brick
wall shall be installed during construction of wall. No chiseling in masonry wall shall be
allowed without prior approval.
PVC Pipes shall be bent either by using a hot box bending or by using flame. In any event
bending radii shall be 6 times pipe size but 152mm minimum. The pipe bore in the bent portion
shall remain truly circular and without reduction in diameter.
The conduit run shall be continuous throughout its length and kept straight as far as possible. It
shall have either horizontal or vertical run but shall never run at an angle. Routing of conduits
in between walls at right angle shall not be allowed.
All conduits run shall be kept at least 152mm clear of all service pipes. Where necessary it
shall be rerouted or set out to maintain the specified separation. If there arise any difficulty in
fulfilling the above condition, it shall be brought to the notice of the Engineer for
solution/decision.
80
In installing the conduits particular care shall be taken in cutting them to the proper lengths so
that the ends will fit exactly in to the outlet boxes. After installation the open end shall be
carefully plugged to prevent intrusion of plaster, dust, moisture etc.
No inspection bends shall be used. At points where inspection is normally required steel boxes
shall be used, in 18 SWG sheet fabricated by welding and galvanized.
All conduits along with accessories required for complete installation shall be furnished and
installed in a best workmanship manner.
Measurement for payment shall be in linear meter of conduits installed in place for vertical or
horizontal run as measured from the as-built drawings.
The amount of completed and accepted work measured as provided shall be paid for at the
contract price, per running meter which payment shall constitute full compensation for
furnishing all materials equipment, tools and labor including storage, transportation, cutting,
painting and supply of conduits and all accessories, preparing as built drawings and providing
all incidentals and consumable necessary to complete this item of work.
TABLE - 1
Recommended specifications for
P.V.C Conduits for Electrical Cables
Nominal
size,mm
Outside dia Wall Thickness Approx.
inside dia, mm
Basic
dimension
mm
Toleranc
e, mm
Minimum
wall thickness,
mm
Tolerance,
mm
13 17 ± 0.2 1.5 ± 0.2 14.0
16 21.5 ± 0.2 1.5 ± 0.2 18.5
20 26.7 ± 0.2 1.5 ± 0.2 23.8
25 33.5 ± 0.2 2 ± 0.2 29.5
30 42.3 ± 0.2 2 ± 0.2 38.2
40 48.3 ± 0.2 2 ± 0.1 44.2
50 60.3 ± 0.2 2.5 ± 0.1 55.3
60 75.3 ± 0.2 2.5 ± 0.1 70.3
75 89.0 ± 0.2 3.0 ± 0.1 82.8
100 114.3 ± 0.2 3.0 ± 0.1 108.3
152 152.4 ± 0.2 3.5 ± 0.1 110.00
Conduits Network of each circuit shall be completely erected before the cables are drawn-in.
The conduits run shall be continuous throughout its length, and kept straight as far as possible.
It shall run either horizontally or vertically, and never at an angle. The conduits are to be
properly tied with the re-bar at 914mm spacing using 20 SWG G.I. wire and spacers. [If the
conduits are installed exposed on wall or over false ceiling those shall be secured and clamped
with saddle mild steel flat bar 25 x 3mm at 914mm spacing using rawl plug as per direction of
the Engineer.
All conduit runs shall be kept clear of gas, air and steam conduits, and conduits of other
services and for this purpose the conduits shall be either re-routed or set out with at least 75mm
separation from other conduits and electrical conduits. If there arise any difficulty in ful-filling
the above condition, it shall be brought to the notice of the Engineer for solution/decision.
Conduits installed in wall shall be placed at the time of construction of the wall. No cutting in
brick work shall be allowed without prior approval of the Engineer.
81
1.2.4 Junction box, Pull box, Circular box and Switch box
Junction Box and Switch Box shall be shall be of un-plasticized PVC copolymer,
PolyPropylene or Polyethylene. Circular boxes, Pull Boxes and fittings shall be manufactured
from un-plasticized PVC copolymer material or other suitable non-metallic material. The
fittings shall be homogenous and non-porous and shall be so designed and constructed as to
have adequate mechanical strength and be able to withstand such rough uses as may be
expected during and after installations. The inside and outside surfaces of the fittings shall be
smooth, clean and uniform and free from projections and other defects.
The interior of the fittings shall be free from obstruction which might cause abrasion of cables
or which might interfere with the ready introduction or withdrawal of cables of the maximum
size and number permitted to be enclosed by the conduit.
The inside edges of all openings, through which cables are intended to pass, shall be smoothly
rounded in order to prevent damage to the cable.
The minimum thickness of the Pull Boxes and Circular Boxes shall be 1.5 mm.
All Switch Boxes shall have copper earth block 10 x 10 x 10mm in size with ö5 drilled hole
and ö3 machine screws tapped for 1 thread per mm.
1.2.5 Conduit termination and fittings
At the end of a run, the conduit/G.I. pipe must terminate in a metal box, galvanized. When a
conduit is terminated in a metal box (circular boxes accepted), a smooth bore brass/PVC bush
or ring bush shall be used along with 2 brass locknuts of the following specifications:
Conduit size in mm Locknut
Thickness in mm Outside diameter in mm No. of threads
19.1 4.36 28.58 3
25.4 4.76 31.75 3
Conduit
size in mm
Bush
Outside
diameter in mm
Length in
mm
No. of
Threads
Length of smooth bore
at end in mm
19.1 22.22 8.73 4 1.98
25.4 28.58 10.72 5 2.78
1.2.6 G.I. pipe in floor
All G.I. Pipes (conduit) shall be installed having a slope of 1:100 towards the floor mounted
pull box or cable duct so that condensate or leakage water drains out easily to the pull box or
cable duct. For runs of more than one conduit in the same floor the direction of slopes of
different conduits should be decided in such a systematic manner as to ensure a uniform drain
out of the leakage. All socket joints shall be made watertight. No U-bend in floor shall be
installed. All G.I. pipe and accessories shall be painted as specified in General Notes, General -
Painting for G.I. pipe below ground.
1.3 Conduit Installation
1.3.1 Cutting of conduits shall be done with a hacksaw in a neat manner without damage to the
conduits.
1.3.2 The ends of all conduits of shall be carefully reamed out free from burrs before installation and
after threading.
82
1.3.3 The ends of all conduit entering box, outlet box, cabinet etc. shall be provided with two brass
lock nuts and male/female brass bushing of required size for 31mm dia conduits and larger
ones, installed bushing shall be used.
1.3.4 If bushing are of fully insulated type, an additional lock nut shall be used inside the junction
box and cabinet before installing the bushing.
1.3.5 Conduits entering main distribution feeder pull boxes shall be provided with insulated bushing
regardless of sizes.
1.3.6 Care shall be taken to see that all conduits run from a permanent and continuous ground return
back to the service ground connection point. Conduits used on system which are entirely
isolated from the light and other distribution system shall be electrically continuous and
grounded in an approved manner.
1.3.7 Where conduits terminate at equipment or location where a ground bus is provided, such as
main switch boards (or pull boxes), sub-station transformer vaults etc. grounding bushings
shall be provided for each conduits, such bushing shall be bounded to the ground bus by a 8
SWG dia (Min.) wire.
1.3.8 Conduits exposed or embedded crossing building expansion or construction joints shall be
furnished with approved brass expansion fittings and shall be provided flexible grounding
bonds by passing the fittings.
1.3.9 Wherever exterior underground conduits enter the building through sleeves or openings in
walls they shall be securely and permanently plugged by means of approved sealing
compound.
1.3.10 During installation of conduits all unfinished runs and also termination in pull boxes, cabinets
etc. shall be capped in an approved manner. Caps in cabinets etc. shall be left in place until
building is ready for installation of conductor. Paper of wood plugs shall be used for this
purposes.
1.3.11 The conduits system shall be self-ventilating type and drainage outlet shall be provided at
points in the installation where condensed moisture might cool, as per standard practice of the
electrical trade.
1.4 Joints
1.4.1 Conduits shall be coupled by means of running threads. Threadless coupling shall not be
permitted. All joints shall be made up tight.
1.4.2 Where it is impossible to turn the conduit in coupling section together a Brick stone type
coupling shall be used.
1.4.3 Where conduit is to be embedded in concrete, threads shall be coated prior to coupling or
making up with red leads.
1.5 Wooden Batten Pins, Screws etc.
The batten shall be well UPVC and its thickness shall not be less than 12mm. The width of a
batten shall be sufficient to accommodate all the cables and shall not be less than added
diameters of the cables plus 10mm.
All screws shall be counter-sunk brass wood screw and link clips shall be tinned brass or other
non-corrosive metal with counter-sink holes.
83
The wood pins shall be of well seasoned teak wood of approved best quality and shall have
uniform flat heads and regular tapered sides.
2.0 CABLE WORKS
2.1 (a) Single core cable and conductors
Single core low voltage cables and conductors shall be as per relevant Bulgarian State
Standards in force or equivalent VDE specifications of copper conductor and PVC insulated
conductors shall have 600/1000 volt grade of PVC insulation cables. All sizes over 2.5 mm2
shall be stranded. The cable lugs shall be of copper. Flexible cables shall be as per B.S. 600A
unless otherwise specified.
(b) Multicore cables
Multicore low voltage cables of copper conductor shall be PVC insulated PVC sheathed
non-armoured direct burial type, termite proof, made and tested according to the relevant
Bulgarian Standard in force for this type of installation, rated voltage being 600/1000V. Cable
glands shall be made of brass having screwed locking system and sizes shall suit the cable
glands.
2.2 Cable in Conduits (G.I/PVC Conduit)
Generally, single core cable (non-sheathed) are to be installed in conduits. The conduit sizes
shall be as specified in the drawings. It shall be ensured that cables are not scratched/ damaged
during pulling. For long lengths over 10m, pull boxes shall be used even if not indicated in the
drawings. Cable shall not be drawn round more than two 90o bends (or their equivalent)
between drawing-in-boxes, and no single bend shall be less than 90o. No cable pulling lubricant
other than powdered soap stones shall be used and that after obtaining approval of the
Engineer.
2.2.1 Cable bending radii
The internal radius of every bend in a cable shall not be less than the appropriate value stated
below:
Insulation Finish Overall Diameter Factor to be applied to
overall diameter of cable to
determining minimum
internal radius of bend
Rubber or PVC
(Circular copper or
circular stranded
conductors)
Non-armoured Not exceeding 10mm 3
Exceeding 10mm but
not exceeding 25mm
4
Exceeding 25mm 6
Armoured Any 6
PVC (solid aluminium
or shaped copper
conductors)
Armoured or
non-armoured
Any 8
2.2.2 Cable termination and joints
84
No termination or joints of cables shall be allowed except at switch boxes. Termination of
cables upto 2.5mm2 shall be done by making a hook at the end, and for higher sizes, brass cable
terminals shall be used. Tee-off joints in the cable to lighting point, switches etc. shall not be
made. Looping in system of wiring shall be followed and the joints shall be made in the switch
boards only. All PVC cables shall be terminated using brass cable glands of proper size.
2.2.3 Cables for Batten Wiring
These shall be flat twin core cable as per relevant Bulgarian State Standard of copper
conductors, PVC insulated and PVC sheathed of 600/1000V rated voltage and where
applicable, with earth continuity conductor.
2.2.3.1 Installation of wires and cables a) The maximum number of conductors in any conduit shall be as per drawing
conforming to the regulations of I.E.E. No joints in the conductor will be made throughout
the installation and looping system shall be followed.
b) The conductor shall be tested for continuity and insulation before energizing and
conform to the standard laid down by the local Engineering Authority and Institution of
Electrical Engineer (England).
c) Generally, single core cable (non-sheathed) is to be installed in metal conduits.
The conduits sizes shall be as specified in the drawings. It must be ensured that the cables
are not damaged during pulling. For long lengths, pull boxes must be used even if not
indicated in the drawing Cables shall not be drawn round more than two 900 bend between
drawing-in-boxes and any single bend must not be less than 900
d) The cable up to 0.0258cm2 shall be solid conductor and therefore, jointing are to
be done through porcelain connector and the connection shall be wound with PIB tape
before placing in the boxes. Termination of cable termination must be used. Tee-off joints
in the cable to light point, switches etc. should not be made Looping in system of wiring is
to be followed for recessed and surface wiring and the joints are to be made in the switch
boards only. Ass 3 to 4 core PVC cable shall be terminated using brass cable glands of
proper size.
2.3 Connection to switches
The phase wire shall be connected to the switches and the neutral wire shall be kept solid in all
switch connections.
2.4 Cable colour
Cables used shall have colour as stated below:
Three wire single phase a.c. system
Black or brown for phase line or switch wire, light-blue for neutral and yellow-green for earth
Four wire three phase A/Csystem (allowed only for motor feeds when neutral is not required)
Brown for first phase
Black for second phase
Grey for third phase
85
Yellow-green for earth
Five wire three phase A/C system
Brown for first phase
Black for second phase
Grey for third phase
Blue for neutral
Yellow-green for earth
Usage of TN-C system at any point after the Main Distribution Board of the Project is strictly
not allowed.
2.5 Filled-in Trenches for laying cables
The size of cable trench shall be minimum 915mm in depth and 457mm in width for each cable
to be laid. Where more than one cable is to be laid, the width is to be increased by 152mm for
each extra cable. Trench digging shall not commence until all cables are procured and brought
to site store.
Excavation of trench bed may require shuttering and shoring of trench sides, bailing out water,
and the trench bed shall be dressed, cleaned and levelled. This shall be followed by 152mm
thick cushioning by sand of min. F.M. 1.0 in the bed over which the cables will be laid. After
laying of cables first class bricks shall be placed as separators between the cables. Thereafter
sand filling shall be done with sand of F.M. 1.0 upto 152mm over the top of the largest cable in
the trench after which two layers of flat brick is to be placed along the length and breadth of the
trench as a mechanical protection against injury and as a signal that a power cable is laid under
the bricks.
No covering of cable trenches shall however be done before inspection and approval by the
Engineer. If the Engineer notices any damage to the cable or any other fault which requires
remedy or replacement of the cable the Contractor shall do the needful promptly at his own
cost.
The rest of the trench shall be filled with earth, watered and rammed in 152mm layers. After
installation of the cables, original ground conditions are to be restored, be it brick pavement,
drains, concrete road or any other construction. All costs involved in mending good of the
damages shall be fully borne by the Contractor.
The Cables are to be placed in trenches with slight curve so that it can give way when the earth
settles later on.
Cables shall be laid into or out of the ground through PVC/RCC/G.I. Pipe of appropriate size
decided by the Engineer. The length of the pipe over the ground shall be 1.2m.
The cable route should be as direct as possible and must receive Engineer's approval before
excavation.
All cable runs shall be kept at least 610mm clear of gas, sewer, water and other services pipes
in horizontal plane. Where necessary the cable run shall be re-routed to maintain the specified
gap.
Trenches for H.T. Cables shall be maintained at a minimum 610mm clear distance from an
adjacent L.T. cable trench.
86
All cable bends shall have a radius of not less than 24 times the overall diameter of the cable
for armoured cables, and 20 times the diameter for non-armoured cables. But the radius shall
not be less than twice the diameter of the cable drum in any case.
Great care shall be exercised to avoid damage during handling of the cables and to prevent
formation of "Kinks". The cable drums shall preferably be conveyed on wheeled cable-drum
carriers and unrolled and laid directly from the drum carrier along the trench over rollers of
approved construction. Carriage by trailers or trucks can be allowed if proper care is taken
during unloading the drums and unrolling is done after placing the drum on jacks and spindles.
Dragging the cables over the surface of earth along the trench shall not be allowed. The cables
should be carried and unrolled in the direction indicated on the drums by the manufacturers.
The cables shall be terminated at required locations and as directed by the Engineer.
152mm dia G.I. pipe (or other size approved by the Engineer for L.T. cables) shall be provided
for all road and drain crossings. These pipes shall be laid direct in the ground without any sand
bed, sand layer, brick, or cable covers.
When trenches are left open overnight and where road is to be cut, the Contractor shall exhibit
suitable danger signals such as banners, red flags and red lamps at his own cost. Temporary
arrangement by placing wooden sleepers/sheet steel etc. across the road cutting for vehicular
traffic are also to be made by the Contractor at his own cost. The Contractor shall be wholly
responsible for any accident which may occur due to his negligence.
G.I. pipes of appropriate size and length shall be used to protect the cable from all sorts of
mechanical injury, every time it climbs up/down the pole/steel structure. Cable terminals of
appropriate type, size and capacity shall be used every time outdoor termination of cable is
followed/ preceded by bare overhead lines/Bus-bars/Terminals etc.
All surplus earth shall be removed to the indicated places by the Contractor at his own cost.
Any damage done by the Contractor to any other agencies during or as a result of cable laying
operations shall be made good by the Contractor.
3.0 FEEDERS, LIGHTING AND APPLIANCE CIRCUITRY
3.1. Sizing and other pertinent data regarding main feeders, sub-feeders, branch feeders, operation
at 600 Volts or less and any branch circuitry protected by different ratings, circuit breakers are
fully delineated on the plans. All such feeders and circuitry shall be provided in accordance
with the indication on the plan and shall be connected for correct phase sequence and proper
operation of the equipment served.
3.2. Each individual lap off a feeders which is called with multiple cables per phase shall be
arranged so that all of the feeders are connected to the corresponding phase leg of the
individual tap.
3.3. General circuitry operating at less than 600 Volts. and called for or indicated without specific
details as to sizing etc., shall be understood to be lighting or less.
3.4. Where lighting and appliance outlets are shown on the drawings without fully delineated
circuitry such shall be provided in accordance with the “Ground Rules” listed below.
3.5. All lighting and appliance branch circuitry protected as 20 amp. or less shall be performed in
accordance with the following ground rules unless there are specific indications to the contrary.
3.6. Unless otherwise noted minimum conductor size shall be 1,5 sq.mm copper
87
3.7. Raceway sizes shall be adequate for the number of conductors contained as required by code.
3.8. Circuit shall be balanced on phases at supply point as evenly as possible.
3.9. Except as hereinafter differently specified standard type of outlet box shall be provided for
each and every wiring device, lighting fixtures etc.
3.10. Where more than one switch is shown on the plans or a single location their switches shall be
gang-mounted to a single suitable outlet box.
3.11. A switch and receptacle shall not be gang-mounted in a single outlet box unless the plans
specifically indicate such a communication.
3.12 Where buried-in-outlet boxes are required by code authorities to separate wiring devices wired
off different phase legs of the supply system, to separate wiring of different voltage system or
for other reasons, such barriers shall be provided at no additional cost.
3.13. Under no condition shall any switch break any protective conductor.
3.14. Outlet boxes for switches shall be located at the strike side of doors, door swing indicated on
plans are subject to field change. Outlet boxes for switches shall be located on the basis of the
final door swing arrangement.
3.15. Unless made accessibly by other means, boxes for recessed ceiling fixture be mounted near to
the ceiling fixture.
3.16. Final connection from outlet boxes to recessed ceiling fixtures shall be means of suitable
flexible fixtures pigtails not less than 1.20M and not more than 1.80M long. In all cases enough
slack shall be left in pig-tails to permit removal of fixtures from ceiling for inspection with
disconnection.
3.17. Where the specifications for drawing indicates no specific requirements as to the loading or
connections of outlets in lighting and appliance branch circuit, the following maximum
limitations shall be follows :
No more that 8 outlets of 16A shall be applied to any single 16 amps circuit. However, this
applies only to general use outlets.
3.18. At any location where lighting and appliance branch circuitry is provided extending from a
flush mounted panel board to a suspended ceiling immediately above, at least 4 (four) 25mm
empty conduit shall be provided (in addition those required for active circuitry) to permit future
wiring
3.19. Emergency wiring shall be run in a completely separate raceway conduit system containing no
wires of "Normal" lighting and appliance.
4.0 EARTH CONTINUITY CONDUCTOR WORKS
The Conductor shall be of galvanized steel bar 40/4mm and shall be laid in accordance to the
legislation. This conductor shall provide connection of the PE bar of the Main DB to the
grounding rods, and afterwards it will provide for additional safety ground and potential
equalizing for high-risk equipment (mainly – kitchen equipment and kitchen sinks)
The earth continuity conductor and earthing lead shall run in accordance with the drawings and
direction, and all metal fittings shall be earthed with earth continuity conductors.
88
The earth continuity conductors shall be drawn along with the cables and no joint shall be
allowed from earthing block to the respective earth point. Light and fan points, excepts where
indicated otherwise, shall not be earthed.
5.0 LIGHT FITTINGS AND FIXTURES
The light fittings shall be constructed as per schedule, and shall comply with the relevant
requirements of applicable Bulgarian State Standard in force.
The chokes, if applicable, shall comply with the requirements of Bulgarian State Standard in
force, and shall be Philips, or of equivalent quality – electronic choke.
Fixtures near combustible materials shall be so constructed or installed, or equipped with
shades or guards that combustible materials shall not be subjected to temperature in excess of
90oc.
Appropriate samples of light fittings with chokes and starters shall be submitted prior to
installation.
The light fittings shall be installed in accordance with the applicable fittings layout drawings.
All pendant fittings shall be properly supported from the ceiling slab.
7.0 DISTRIBUTION BOARDS/SUB-DISTRIBUTION BOARDS
7.1 Type tested electrical boards
7.1.1. Low Voltage switchboard general rules
This document describes the general rules to guarantee the maximum level of quality and
performances for a Low Voltage Switchboard.
In the aim to reach this requirement, the entire equipment must be in appliance according to the
specifications defined in the IEC Standard: 61439-1&2
7.1.2. Original Manufacturer requirements
To be compliant with standard IEC 61439-1&2 the Original Manufacturer carries out the
original design and the design verifications especially for the following most important
functions that have to be certified through an independent certification body for the most
critical configurations:
a) Voltage stress-withstand capability: measurement of clearances and creepage distances,
power frequency dielectric test.
b) Current-carrying capability: temperature rise tests
c) Short-circuit withstand capability: short-circuit tests (Icc and Icw) of the main circuit,
including the neutral conductor, and the protection circuit
d) Protection against electric shock: verification of insulating materials
e) Protection against fire or explosion hazard: glow wire test
f) Maintenance and modification capability: IPxxB test and Mechanical operation tests
(especially for removable parts)
89
g) Capability to be installed on site: lifting test, taken from IEC 62208
h) Protection of the Assembly against environmental conditions: IK test according to IEC 62262
&Corrosion test
7.1.3. Assembly Manufacturer requirements
To complete the standard requirement, the Assembly Manufacturer (panel builder) has to
achieve routine verifications. Hereafter details of the routine verifications to be performed by
the Assembly Manufacturer:
a) Degree of protection of enclosures through visual inspection
b) Clearances and creepage distances through visual inspection
c) Protection against electric shock and integrity of protective circuits through visual inspection
of basic and fault protection also random verification of tightness of the connections of
protective circuit
d) Incorporation of built-in components through visual inspection
e) Internal electrical circuits and connections through visual inspection and also random
verification of tightness
f) Terminals for external conductors through number, type and identification of terminals
g) Mechanical operation through visual inspection and effectiveness of mechanical actuating
elements
h) Dielectric properties through power-frequency dielectric test
i) Wiring, operational performance and function through verification of completeness of
information & markings, also inspection of wiring where relevant and function test where
relevant
A copy of these routines tests fully completed by the assembler must be present within or close
to the switchboard on its exploitation site.
7.1.4. Switchboard design requirements
The following design rules have to be implemented in order to facilitate the assembly and
ensure the most relevant level of safety for any low voltage equipments.
Devices installation
All the devices must be installed onto dedicated mounting plate designed for one or several
switchgears of the same type. The objective of that point is to group protection equipment of
the same type, as well as distinguish inside the switchboard the function of each device or
group of devices and avoid identification mistakes.
Theses mounting plates will have an independent fixing system affording them to be
transformed and moved anywhere in the switchboard and especially to allow easy evolution of
the installation.
To ensure the maximum protection of people around the electrical installation, front plates
must be installed in front of all control and protection equipments with both IP3x and IPxxB
level, in order to avoid direct access to the devices and consequently to the active parts.
Electrical distribution and architecture
90
For safety reasons and especially if the door is opened during the switchboard working, all
busbars have to be covered by barriers onto the whole perimeter of the busbars zone.
To supply electricity inside the switchboard, the installation of distribution blocks systems,
using spring terminal technology (IPxxB compliant), ensures the maximum protection of
people.
To simplify the implementation in compliance with the IEC 61439 1&2, the original
manufacturer should supply prefabricated connections that are perfectly rated and coordinated
to work with the devices.
Vertical distribution systems should be designed to allow tightened connection by front access
only. Horizontal and Vertical distribution system should be designed to allow connection (with
self breaking nuts) all along the length thanks to a continuous connection track and this without
any drilling.
For higher readability of distribution, horizontal busbars should be designed with only one
single bar per phase.
For future evolution in the switchboard, busbars should allow the possibility to add all outgoers
required without any disassembly.
Framework and cover panels
In order to facilitate the access within the switchboard for the maintenance, its covering panels
must be dismountable on all surfaces whatever the IP degree.
Switchboards associations should be possible in all directions without any impact on the IP
level and when upgrading the maintenance of the original performance levels is guaranteed.
The switchboard should be easily combined with switchboards already in service.
By design the system should ensures electrical continuity of moving parts without additional
earthing braids.
7.1.5. Switchboard operation
Due to the constant evolutions of the electrical needs for the buildings or for the factories, the
distribution switchboards must have the capacity to follow those evolutions.
The switchboard offer must include dedicated components affording the adjunction of one or
several enclosures and cubicles on the exploitation site.
In order to facilitate the current maintenance, e.g. infra red measurement, the devices zone has
to be accessible in one operation.
Evolution of the number of outgoers of switchboard can be done in a functional unit spare
place without having to add extra new upstream connection to the main distribution busbar
For demanding service continuity applications, upgrading of switchboard in term of outgoers
extensions can be made in service in unequipped reserved spaces
The final customers will have the possibility to obtain some spare parts ten years after the end
of commercialisation of the switchboard offer in order to be able to replace some components
for maintenance or evolution needs.
7.2. Final-distribution enclosures
91
All final-distribution enclosures shall be selected from the same range, rated for an incoming
current of up to 160 A. Whatever the installation method (flush or surface mounted), they shall
comply with European standard EN 60 439-3
Outgoers will be identified by labels affixed on front of the switchboard, at least 5 cm high,
aligned with each device,. Access to the inside of the enclosure for maintenance purposes shall
be possible row by row, without uncovering any next row.
Common devices such as measurement and indication devices, pushbuttons, emergency off
switches and socket-outlets shall be installed together in the same part of the enclosure and
easily accessible to users. For enclosures equipped with a door, access to the above devices
shall be possible without opening the door.
Cable entry to flush-mount enclosures shall be possible for flexible conduits or insulated
cables, from all four sides and from the rear of the enclosure.
Cable entry to surface-mount enclosures shall be possible from all four sides, for flexible
conduits are cable trunking, or from the rear of the enclosure to facilitate subsequent
renovations. For cable running in the enclosure, clearance between the rails and the back shall
be at least 20 mm for flush-mount enclosures and 35 mm for surface-mount enclosures.
8.0 CEILING ROSE
The ceiling rose shall be moulded plastic of approved best quality.
Wherever the ceiling rose shall be used it shall be installed as near as possible to the fittings.
For ceiling fans, these shall be installed at the centre of the hook.
9.0 MCB/MCCB
The MCB/MCCB shall be quick-make, quick-break type, and shall have inverse time limit
characteristics with instantaneous magnetic trip elements functioning on overloads over the
normal operating range. All circuit breakers shall be 'trip-free'. Ratings and frame sizes of
breakers shall be in accordance with schedule. All lugs must be of the solder-less mechanical
type. Rated voltage 240/415V A.C. 50 Hz, interrupting capacity as stated on drawings, capable
of providing overload and short circuit protection, through thermal magnetic trip actions
respectively : temperature rating, with contacts of silver alloy : terminal capability according to
rating
The breakers shall be designed manufactured and tested in accordance with EN 60947-2.
10.0 SWITCH WORKS
The flushed snap plate/grid switches shall be vertical single pole (1-way/2-way) 5A A.C.
architrave rocker operated switches white in colour, to the pertinent Bulgarian State Standard,
complying with the test requirements for inductive, fluorescent or resistive loads specified, and
satisfy the best requirements for three types in fluorescent lamp circuit, up to the ratings of
these switches as set out in the pertinent Bulgarian State Standard. The switches shall have
minimum clearance of 3mm between the contacts, and a similar minimum creepage distance.
Flush dimmer switch/Fan speed controller white in colour to relevant IEC standard complying
with test requirement for induction or resistive load specified. The switch operating member
shall pivot independently of the rocker, making the speed of `make and break' independent of
the speed at which the rocker is operated. Terminal capability: minimum 2 x 2.5 mm2
conductors for each. Appropriate samples shall be submitted prior to installation of switches.
Switches shall be installed on switch board or otherwise as per drawings.
92
11.0 SWITCH BOARD/DIMMER/FAN SPEED CONTROLLER BOARD WORKS
Switch boards and/or fan dimmer boards shall be as per schedule and shall have plate switches
and/or fan dimmer. Switch boards shall have copper earthing block of appropriate size.
The switch boards and fan dimmer boards shall be installed on wall at a height of 1372mm
from the floor if not specified otherwise, and at locations shown in applicable layout drawings.
The phase wire shall be connected to the switches and the neutral wire shall be kept solid in all
switch connections. The earth continuity conductor (ECC) shall be connected to the earth point
inside the switch board. The approved size galvanised steel boxes shall be installed at the time
of construction of the wall to avoid chasing in wall.
The location of board shown in diagrammatic wiring plans shall be considered as approximate
and it shall be incumbent upon the Contractor, before installation of switch board/regulator
board boxes, to study all pertinent drawings and obtain precise information from the
architectural schedules, scale drawings, large scale and full size details of finished rooms and
approved shop drawings of other trades. It shall be understood that any outlet may be relocated
at a distance not exceeding 4.5M from the location shown in the drawings. In earthing outlets,
due allowance shall be made for piping, ducts, window and door trim, variations in thickness of
furing, plastering, etc. as erected, regardless of whatever is shown on small scale drawings.
Switch boards, and other boards located incorrectly shall be properly relocated at Contractor's
own cost.
12.0 EARTHING DEVICE
(i) Earth electrode
The pipe earthing electrode shall be buried below ground level, as per schedule by tube-well
sinking method. The earthing lead from the DB to the main earthing electrode shall be installed
in G.I. pipe of specified diameter. The terminal connected to the earthing electrode shall use a
copper clamp of 203x38x6.35mm size for making the connection.
a) Pipe Electrode (where applicable)
The earthing inspection pit shall be constructed as per schedule and direction. The pit shall
have well formed regular sides. Curing for the R.C, shall be for 4 weeks, and for C.C., brick
work and plaster shall be 2 weeks.
(ii) Earthing Lead
Earthing lead shall consist of galvanized steel conductor as per schedule. All terminal lugs shall
be of solderless mechanical type.
The earthing leads from the earth electrode shall be connected to the brass bar of test point. A
double run of specified tinned copper conductor shall be brought out as earth lead for the earth
electrode through G.I. pipe from the electrode and connected to the brass bar. There shall no
joint in the copper earth lead. All earthing lead shall follow the shortest and most direct route to
earth electrodes and sharp bends and joints shall be avoided. The earthing leads shall be
connected to the earth electrode as per drawings. The joints shall be made mechanically strong
and electrically continuous with minimum of resistance.
Earthing lead shall consist of copper conductor as per specification given above. All terminal
lugs shall be of copper and nut-bolts of brass.
(iii) Earthing Block
93
The earthing block shall be of solid electrolytic copper, cast and machined, of size as per
schedule having at least 10mm dia drilled, holes for accommodating the terminals of the earth
continuity conductor. Requisite number of brass nuts and bolts shall also be provided.
(v) Earth Loop Resistance
The maximum earth loop resistance from any point in the installation including earthing lead to
the earthing electrode shall not exceed the resistance specified in the regulations. The
Contractor shall ensure that the leads are efficiently bonded to all metal works other than the
current carrying parts, so that the above resistance level is not exceeded. It will be the duty of
the Contractor to provide earth tester for test of installation in presence of the authorized
representative of the Engineer, and submit earth test report to the Engineer for approval.
13.0 Fluorescent, Mercury Lamps, etc
13.1 All discharge lamp (fluorescent, mercury, etc.) lighting fixtures furnished as part of the
electrical work shall conform to the following and the fittings shall be suitable to operate on the
main particulars of which are given below.
a. Number of Phase - Single phase
b. Voltage - 230 Volts ± 5%
c. Frequency - 50c/s.
d. Type - Alternating current.
13.2 The fluorescent lamp shall be high power factor operation, tubular in shape for general lighting
service.
13.3 The colour shall be daylight.
13.4 Ballast and capacitor shall be rigidly mounted to the inside of the top of the fixture housing
with ballast surface and housing in complete contract for efficient conduction of ballast heat,
Ballast mounting shall be permanently affixed to the housing.
13.5 The diffusers shall be glare free, moulded out of 3.175mm thick opal materials of uniform
density and sturdy construction. The diffusers shall be quick detachable type and shall be
supplied as asked for in the schedule of quantities.
14.0 Lighting
14.1 Lighting shall be developed using fluorescent light fixtures, with T5 lamps, operating on
electronic HF chokes.
14.2 The lighting shall be designed and sized according applicable EN 12464-1; following light
levels are expected:
14.2.1. Dining area – 300lx
14.2.2. Kitchen, preparations, dishwashing – 500lx
14.3 Light fixtures shall be pendant, at reasonable height below Mechanical installations
14.4 Lighting control is from local switches as a rule
14.5 Lighting above entry doors – controlled by a clock
14.6 Installation is exposed (in plastic conduits) in kitchen/preparation/washing area and concealed
(in flexible conduits) in dining area
94
14.7 Emergency lighting by means of battery packs in ordinary lighting, separate self-contained
emergency lights and escape pictograms according to EN 1838 is required.
14.8 Lines TN-S system
15.0 Distribution network
15.1 The electrical system of the Project starts at the MAIN DB of the food area (located in MDB
room of the building) and consists of:
15.1.1. The MDB for kitchen area (Type-tested assembly)
15.1.2. The DB for kitchen (Type-tested assembly)
15.1.3. The DB for Dining hall (Final-distribution enclosure)
15.1.4. The DB for HVAC equipment (Final-distribution enclosure)
15.1.5. Appropriate cables running from MDB to the sub-boards
15.2 The cables shall be made of copper, with PVC insulation
15.3 Cables shall be sized according to the Regulations to provide appropriate current capacity and
limit the voltage loss
15.4 All cables shall be sized with 30% spare capacity. This applies also to the switchboards – in
terms of capacity of the busbars and free space for additional equipment.
15.5 The system shall be TN-S starting from the MDB of the Kitchen area. All switchboards,
including MDB, shall be with separate PE and N busbars. The PE and N busbars shall be
interconnected only in MDB.
15.6 Appropriate lighning/surge arrestor system shall be installed.
16.0 Power supply
16.1. All sockets used shall be of “SHUKO” type and Industrial type
16.2. For all large devices and those posing high fire risk there must be local disconnection
equipment – either accessible socket or full-load switch enclosed in box with relevant IP rating
16.3. The kitchen equipment shall be disconnected by means of emergency-stop push-button located
at convenient location in hot kitchen area and by automatic signal of the fire detection system
16.4. All kitchen equipment must be grounded
16.5. All electric motors must be protected with thermo-magnetic protection device, sized according
manufacturer's requirements.
17.0 Cable trays
17.1 Wherever more than three-four cables run together, they shall be laid on cable trays, made of
galvanized perforated steel sheet.
17.2 The trays shall be hot-dip galvanized, suitable for use in humid environment
17.3 Only factory-made and approved by the manufacturer accessories and supports shall be used.
17.4 The trays must be connected to the ground. Continuity of the connection must be done either
with cable bridges or by using certified by manufacturer interconnecting elements.
17.5 Any on-site cuts must be properly cleaned from sharp remains and protected with zinc-rich
solution if recommended by the manufacturer.
95
18.0 Public address
18.1 The public address of the Project is part of the system of the whole building
18.2 The Contractor shall supply, install and connect the loudspeakers for emergency messages and
shall bring the cable back to the distribution box in order to provide for connection to the building
system
18.3. All equipment, cabling etc. shall be in conformance with EN 60849 and EN 54.
19.0. Video surveillance
19.1. The surveillance system shall be part of the general system of the building
19.2. The Contractor shall supply and install a total of four dome vandal-resistant cameras
19.3. The Contractor shall coordinate with the Engineer the type and the technical data of the
cameras in order to ensure they will be compatible with the system of the building
20.0. Intruder alarm
20.1. The system shall be based on computerized control panel, with multiplexer evaluation of the
signals from peripheral devices
20.2. Full coverage of all possible accesses for intrusion is a must
20.3. The volume of the premises shall be controlled with Passive Infra-red detectors
20.4. All access doors shall be controlled with door magnetic-contacts
20.5. The system shall be backed-up with accumulator battery
20.6. The system shall be capable of connection with the system of the building.
21.0. Tests, commissioning, staff training
21.1. The Contractor is fully responsible for provision of all required by the Legislation tests and
measurements, including, but not limited to:
21.1.1. Grounding resistance
21.1.2. Fault loop interface
21.1.3. Isolation resistance
21.1.4. Lighting levels
21.2. The Contractor shall be also responsible to assist the Client in commissioning the Project
21.3. The Contractor will make any needed changes and repairs of his work coming out as a
consequence of remarks made by authorities or non-compliance with legislation's requirements
21.4. The Contractor shall provide a full set of technical documentation for the maintenance staff of
the Client, both on paper and electronically, in easily readable file format, including, but not limited to:
21.4.1. As-built drawings
21.4.2. Certificates, technical data-sheets etc
21.4.3. Maintenance instructions, troubleshooting instructions
21.4.4. Contact data of all manufacturers and their representatives in Bulgaria
22.0. Measures against electric shock and fire
22.1. The project poses high electric and fire hazard. All required by legislation and best installation
96
practices for mitigation of these hazards must be strictly followed.
22.2. The switchboards shall be designed and manufactured in a way that a responsible staff member
shall be able to make inspection of the premises at ending of the working time and:
22.2.1. Disconnect with one handle on the front panel all electric supply of the kitchen, except for
refrigerators, PC and standby lighting;
22.2.2. Disconnect with one handle all electric supply of the dining room, except for refrigerators and
standby lighting;
22.2.3. Stop with one push-button on the front panel the ventilation systems for hall and dining room
22.3. The switchboards shall allow automatic disconnection by the fire detection (or manual by
mudroom-type push-button) of the kitchen equipment and stopping of ventilation
22.4. The Main DB shall be de-energized by a mushroom-type push-button
22.5. All lines shall be protected by RCD relay with leakage threshold 30mA
22.6. The whole system shall be protected from fire by adjustable earth-leakage relay – adjustable
from 300 to 3000mA threshold
23.0. Health & Safety; waste management
23.1. The Contractor is fully responsible for following all legislation requirements for health and
safety measures during construction.
23.2. All workers shall be of appropriate qualification, equipped with proper personal protective
equipment (like helmets, high-visible vests, gloves, glasses, ear protectors, special boots with
penetration-resistant and anti-slippery sole and a hard toe cap)
23.3. Any requirements of the Health&Safety coordinator on the site shall be strictly followed.
23.4. The Contractor is obliged to clean his working site after finishing work and depose the waste
according the Site Management's instructions.
23.5. All tools used must be properly handled, tested according to regulations and maintained as
prescribed by manufacturer.
97
PartC –Sanitary, water supply and sewerage works
98
PIPEWORK
1. Scope
This section sets out general specification and standards required for the external pipework
and pipework within structures.
2. Design Requirements
The pipework installation shall be so arranged as to offer easy dismantling and removal of
pumps or other major items of equipment.
Flange adapters or detachable couplings shall be included in the connecting pipework of all
items of plant to facilitate dismantling, and provision shall be made of flexible joint
arrangements adjacent to all structures. Adapters on pump delivery branches shall be
upstream of their respective reflux valves.
The ends of pipes for use with flange adapters and couplings shall be faced square and sized
to the tolerances required by the manufacturer of the couplings.
All pipework shall be adequately supported in trenches or with purpose-made fixings in
structures and when passing trough a wall shall incorporate a puddle flange or other suitable
purpose-made sealing device.
Flange adapters and units shall be supplied and fitted in the pipework runs wherever
necessary to permit the simple disconnection of flanges, valves and equipment without the
need to spring long runs to remove valves, equipment and the like.
Flexibility shall be provided in the pipework at joints in the main structures to allow
differential settlement and thermal stresses which shall not be transferred to the anchor
blocks. Flexible joint or collars and cut pipes shall also be incorporated in pipework where
necessary to allow for some margin of error in the building work.
The pipework system shall be so designed to ensure the anchorage at blank ends, bends, tees
and valves may be kept to a minimum. The Contractor shall indicate on his detailed drawings
the blocks required to anchor pipework supplied by him.
Each force and moment that may occur in the plant may be compensated by appropriate
location of solid fixations, expansion joints and sliding supports.
Pipelines in the open air delivering sludge or water shall be insulated with mineral wool or
rigid foam or other material approved by the Engineer. The insulation shall be protected
suitable with aluminium sheets or other weather-proof protection.
Pipelines for chemicals shall be made of material resisting to them.
Permissible velocities of flow shall be in accordance with BSS or adequate international
standards.
Where spigot and socket pipes are required to be laid on a granular or sand bed, or directly
onto a trench bottom, joint holes shall be formed in the bedding material of excavated to
ensure that each pipe is uniformly supported throughout the length of its barrel and to enable
the joint to be made.
Pipes shall be laid on setting blocks only where a concrete bed of cradle is used.
Where pipes are required to be bedded directly on the trench bottom, the formation shall be
trimmed and levelled to provide even bedding of the pipelines and shall be free from all
extraneous matter that may damage the pipe, pipe coating, or sleeving.
No protective cap, disc or other appliance on the end of a pipe or fitting shall be removed
permanently until the pipe or fitting which it protects is about to be jointed. Pipes and
fittings, including any lining or sheathing, shall be examined for damage and the joint
surfaces and components shall be cleaned immediately before laying.
99
Suitable measures shall be taken to prevent extraneous material from entering pipes, and to
anchor each pipe to prevent flotation or other movement before the Works are complete.
The minimum depth of cover to the crown of any pipe shall be 900 mm unless otherwise
approved by the Engineer.
The line and level for any pipeline shall not be more than that specified in the design + 20mm,
provided that the maximum deviation will not result in the pipeline being constructed with a
backfall.
3. Quality Certificates
Before commencing construction, certificates as follows shall be submitted to theEngineer:
- Technological examinations, if necessary.
- Manufacturer’s certificates.
- Certificate attesting the durability (sustained loading) of the pipeline components under at a
given temperature and pressure.
4. Types of Pipes
a) Steel Pipework
Steel pipework shall be to BSS or equivalent EN, ISO or BS Standards and all assembling shall be
made up from piping to this specification. The type of pipe shall be hot finished seamless steel.
Steel pipework above 80 mm bore shall be either coated externally and security wrapped where laid
underground shall be painted externally when laid above ground or in ducts. In both cases they shall
be internally lined at the manufacturer’s works with either an approved epoxy based or similar lining
of not less than 250 microns in thickness or with concrete lining. The internal lining shall be
continuous across joints as far as this is practicable according to the size of pipe.
Steel pipework below 80mm bore, excepting that for conveying oil, shall be galvanised in accordance
with Part 5.
Branches shall be formed in accordance with the appropriate BSS and shall be welded before the pipe
is erected.
All bends made from pipe shall be formed so that at any point along the bend ovality will not reduce
the bore by more than 2.5%. Radii of hot bends for all pipes shall be not less than five times the
outside diameter.
Gusseted, “cut and shut” and wrinkle bends shall not be used on pipes smaller than 150mm diameter.
All pipe flanges shall be the wrought steel ‘slip-on’ type.
No flanged joints shall be located within a back-filled trench.
Flexible joints shall be bolted gland or detachable flexible coupling as necessary.
b) Copper Tubing and Fittings
Copper tubing and fittings for domestic water services shall be light gauge copper tubing and shall
conform to BSS or equivalent EN, ISO or BS Standards.
The fittings shall be compression type fittings approved by the Employer’s Representative and shall
comply with BSS or equivalent EN, ISO or BS Standards.
Pipes shall be fixed clear of walls or soffits with cast brass brackets at no more than 1.5 metrecentres.
c) Ductile Iron Pipes and Fittings
Ductile iron pipes and fittings shall be in ductile iron complying with BSS 2531 or equivalent
ISO 2531, BS or EN standards. Non-standard specials shall be avoided. Unless otherwise
specified, puddle flange thickness and diameter shall be similar to the flange of the
corresponding diameter.
Spigot and socket joints shall be flexible and of an approved "push-in" or bolted gland type
unless otherwise specified.
100
Flexible couplings shall be of a type approved by the Engineer.
d) Galvanized Steel Pipes
Galvanized steel pipes shall be hot dip galvanized according to BSS, BS or equivalent
international standards.
e) Plastic Pipes
Unplasticised PVC pipes shall only be used for water and drainage purposes with the express
approval of theEngineer. PVC pipes shall comply with the requirements of BSS 12 996, or
equivalent BS or other international standard.
Fusion welded joints in high density and medium density polyethylene pipes shall be made
only between pipes having the same physical characteristics. Joints between pipes from
different manufacturers shall only be made with the specific approval of the Engineer and
incorporate a flexible joint seal.
A pipe section containing a completed weld shall achieve the same strength characteristics as
the parent pipe.
f) Reinforced Concrete Pipes
Reinforced concrete pipes shall comply with the requirements of BSS 895, and shall be
provided with an appropriate type of flexible joint incorporating a rubber or synthetic sealing
ring. The diameters ( in mm.) of concrete pipes are as follow: 150, 200, 250, 300, 400, 500,
600, 800, 1000 mm. The length is no less than 1000 mm.
Reinforced concrete pipes 100 and 150 mm diameter for drainage systems shall be used in
accordance with BSS 12157.
g) Thrust Blocks
Except where welded steel pipelines or self anchoring joints are used thrusts from bends and
branches in pressure pipelines shall be resisted by concrete thrust blocks cast in contact with
undisturbed ground.
Any additional excavation required to accommodate thrust blocks shall be carried out after
the bend or branch is in position and the thrust face shall be trimmed back to remove all loose
or weathered material immediately prior to concreting.
Thrust blocks shall be allowed to develop adequate strength before any internal pressure is
applied to the pipeline.
Plastic pipes shall be wrapped with a layer of plastic sheeting before being surrounded by
concrete.
5. Pipe Joints
h) General
All pipe joints, other than welded joints in steel and plastic (HDPE and MDPE) pipes, are to
be formed using flexible sealing materials in the form of rings or gaskets made from natural
or synthetic materials that are resistant to all liquids carried by the pipeline and chemicals
found in the adjacent ground. The jointing surfaces and components shall be kept clean and
free from extraneous matter until the joints have been made or assembled. Care shall be taken
to ensure that there is no ingress of grout or other extraneous material into the joint annulus
after the joint has been made.
Where pipes with flexible joints are required to be laid to curves, the deflection at any joint as
laid shall not exceed three quarters of the maximum deflection recommended by the
manufacturer.
All mechanical joints shall be cleaned and have their paintwork or coating made good before
assembly.
101
After completing a joint any protective paint or other coating shall be made good, and any
metal joint, which is not already coated, shall be cleaned and painted with two coats of
bituminous paint. Internal lining and additional external protection of the joints shall be
carried out if required to achieve the specified design lives.
The Contractor shall use only the proper jointing parts as specified and obtained through the
suppliers of pipes and valves. All joints shall be accurately made and shall be capable of
passing tests for individual joints and for the completed pipeline as may be specified below.
All cut spigot ends, including cut ends, shall be checked for ovality, prior to jointing (in
accordance with manufacturer’s publications) and the Contractor shall correct such ovality as
recommended by the pipe manufacturer.
i) Flanged Joints
Flanges shall be properly aligned before any bolts are tightened.
Jointing compounds shall not be used when making flanged joints, except that, to facilitate
the making of vertical joints, gaskets may be secured temporarily to one flange face by a
minimum quantity of clear rubber solution. Bolt threads shall be treated with graphite paste
and the nuts tightened evenly in diametrically opposite pairs.
j) Bolted Gland Joints for Iron Pipes
In jointing spun and cast iron spigot and socket pipe and specials with bolted gland flexible joints the
Contractor shall take account of the manufacturer’s recommendations as the methods and equipment
to be used in assembling the joints. In particular the Contractor shall ensure that after the spigot has
been centred in the socket the lead-tipped rubber ring is pressed into its seating between the socket
and spigot and evenly tapped home with a wide faced caulking before the gland is drawn up into
position. All nuts shall first be tightened by hand and nuts on opposite sides of the joint
circumference shall then be alternately and progressively tightened with a spanner so as to ensure
even pressure all round the joint.
k) “Push-in” Type Joints for Iron Pipes
In jointing cast iron spigot and socket pipes and specials with “push-in” type flexible joints the
Contractor shall take account of the manufacturer’s recommendations as to the methods and
equipment to be used in assembling the joints. In particular, the Contractor shall ensure that the
spigot end of the pipe to be jointed is smooth and has been properly chamfered, that the rubber ring is
correctly positioned in the socket and that the two pipes are accurately in line, before the joint is
made. After the joint has been made the Contractor shall ensure by the use of a suitable feeler gauge
that the rubber ring is evenly seated in its correct final position. The rubber rings and any
recommended lubricant should be obtained only through the pipe suppliers.
l) Detachable Flexible Couplings-Iron or Steel Pipes
In jointing iron or steel plain-ended pipes with flexible detachable couplings the Contractor shall take
account the manufacturer’s recommendations as to the methods and equipment to be used in
assembling the joint. In particular the Contractor shall render the end of each pipe smooth so as to
allow the joint sleeve to slide freely and where necessary shall re-coat the pipe ends with two coats of
quick drying bituminous solution.
m) Flanged Joints - Iron or Steel Pipes and Valves
Flanged joints for spun and cast iron pipes and specials, for steel pipes, and for valves shall be made,
unless specified otherwise, with rubber joint rings and steel bolts and nuts which include two washers
per bolt. Joint rings shall be made from 3mm thick rubber reinforced with fabric and of such width as
to cover the machined face of the joint inside the boltholes. They shall be of such physical properties
as to be capable of forming permanent watertight joints against pressures up to the maximum test
pressure. The use of jointing paste or grease will not be permitted. The ring may be fastened to the
102
bolts with cotton thread. The bores of abutting pipes or fittings shall be concentric and no jointing
material is to be left protruding into the bore.
All nuts shall first be tightened by hand and nuts on opposite sides of the joint circumference shall
then be alternately and progressively tightened with a spanner so as to ensure even pressure all round
the joint.
n) Welded Joints for Steel Pipes
Welded joints in steel pipes shall be butt-welded, carried out manually by the metal-arc process.
Only welders approved by the Employer’s Representative shall carry out welding. The pipe supplier
shall prefabricate all bends, tees and other specials.
All parts to be welded shall have loose scale, paint and other foreign matter removed by means of a
wire brush and shall be left clean and dry. All scale and slag shall be removed from each weld run
when it is completed. Pipes manufactured with longitudinal or spiral welds shall be lined up before
jointing so that these welds are at least 15° apart around the joint circumference.
6. Pipework Identification
The Contractor shall include for painting identification markings on all pipework within buildings at
3m intervals and where pipes pass through walls or floors, enter or leave buildings or storage
containers. Adjacent to each such point shall be placed in a conspicuous position, an identification
schedule. The identification markings shall consist of single or multiple coloured rings painted
around the pipes. The schedule of proposals shall be submitted for approval.
o) Building Pipes Through Structures
Where pipes pass through a concrete wall or structure they shall project from the external face(s) of
the structure by 300 mm for pipes with nominal bores of 500 mm or less and 500 mm for pipes with
nominal bores in excess of 500 mm and the surface of such pipes shall be prepared to the approval of
the Employer’s Representative to ensure a satisfactory bond between pipes and concrete.
The first pipe in open ground leaving a structure shall be short length of either spigot and socket or
double socket to suit the flow direction. The length of these pipes shall be one and half times the
nominal bore or 600 mm whichever is the greater.
p) Pipe Bedding
Bedding for pipes shall be constructed by spreading and compacting granular bedding
material over the full width of the pipe trench. After the pipes have been laid, additional
material shall, if required, be placed and compacted equally on each side of the pipes, and
where practicable, this shall be done in sequence with the removal of the trench supports.
The bedding material for pipes shall be sand or free draining, broken stone or gravel and shall
be free from organic matter, clay and debris. The bedding material shall be capable of
producing a stable formation for pipe laying and shall not be subject to bulking or settlement
due to changing weather or ground water conditions after placing and consolidation.
Where trenches have been excavated and groundwater is likely to flow in any granular bed
and surround to the pipe, the Contractor shall provide suitable impermeable clay stanks at a
maximum of 50 m along the length of the trench.
Where the bottom of the trench is found to be puddled, soft or otherwise unsound, an
additional 150 mm, shall be excavated. Approved granular material shall be added and
compacted to provide a uniform support for the pipe.
For ductile iron pipelines, selected excavated material or other approved material may be used
for the bed and surround.
7. Backfilling and Restoration
The compaction material shall comply with BSS 3214, and BSS 2761.
All trenches shall be kept free from ground water while backfilling is in progress. No backfill
material shall be placing in trenches containing water.
103
The pipes shall be backfilled with acceptable material in layers of thickness 150 - 200 mm
until 200 mm above the pipe top has been reached. The layers shall be compacted manually
until a density as is specified in the design is reached. The remaining part of the trench may
be backfilled by machine. Backfill material shall be placed and compacted in a minimum of
two layers up to the crown of the pipe.
In fields and open country, backfill material may be placed by machine, provided the method
or operation ensures that the material slides or rolls into position and does not drop from a
height.
The Contractor shall reinstate the surface over all trenches.
8. Manholes
Chamber and shaft sections, slabs and covers shall be sized to ensure safe access by workmen
using safety equipment and tools consistent with the chamber type and depth. Access to the
chamber shall be with steps and step rungs, irons, lorr adders and if necessary shall include
rest or working platforms.
Joints on precast concrete manholes shall be made so that the required jointing material fills
the joint cavity. Any surplus jointing material extruded inside the chamber or shaft shall be
trimmed off and joints shall be pointed on completion.
Where manholes are to have a concrete surround, the concrete shall be grade C20 and the
height of each concrete pour shall not exceed 2 m. Each construction joint shall be offset
from that of the chamber by a minimum of 150 mm.
Manholes and similar chamber shall be watertight such that no visible infiltration occurs.
Where there is no change in diameter through a manhole, the invert shall be constructed at the
same gradient as the outgoing pipe.
9. Sewers and Manholes to be Abandoned
Sewers and manholes to be abandoned shall be filled by grouting.
No sewer or manhole shall be sealed or abandoned without notification to the Engineer that
all existing flows in the structure affected have been satisfactorily diverted.
10. Disinfection and testing of Pipelines
11. Cleansing of Pipelines
On completion of construction, and before any disinfection, internal surfaces of pipelines
shall be cleaned thoroughly.
q) Precautions Prior to Testing Pipelines
Before testing any pipeline, the Contractor shall ensure that it is anchored adequately and that
thrusts from bends, branch outlets or from the pipeline ends are transmitted to solid ground or
to a suitable temporary anchorage.
Open ends shall be stopped with plugs, caps or blank flanges properly jointed.
Potable water shall be used for the cleansing, testing and swabbing of pipelines unless
otherwise directed by the Engineer. Stand pipes for extracting water from the public supply
system shall be in accordance with the requirements of the supply authority. As a minimum a
check valve system shall be provided between the public supply and the item being filled to
prevent the possibility of back siphonage.
The Contractor shall provide all labour, testing equipment (including additional pipework jointing
material, stoppers, and blank flanges) and shall fill the pipes with water and subsequently empty them
after test, all to the approval of the Engineer. Water drained from the pipes shall be discharged in a
way that does not affect the stability of the Works or adjacent structures.
104
r) Testing Method Programme and Notification
Before any testing of a pipeline, the Contractor shall submit to the Engineer his proposed
programme of testing and, where required, swabbing.
The Contractor shall notify the Engineer at least 3 clear working days beforehand of his
intention to test a section of pipeline.
s) Testing Non-Pressure Pipelines
Sewer pipes laid in open cut shall be tested with air or water (as specified below) after they have been
bedded and jointed and before any concrete surround or backfill is placed, other than such as may be
necessary for structural stability whilst under test.
The pipelines shall be tested in lengths applicable to the construction activities and in accordance with
the programme.
A further test shall be carried out when any concrete surround has been completed and when backfill
has been placed and compacted to a depth of 300mm above the crown of the pipeline.
t) Water Test for Non-Pressure Pipelines
The test pressure for non-pressure pipelines up to and including 750 mm nominal bore shall be not
less than 1.2 m head of water above the pipe soffit or ground water level, whichever is the higher at
the highest point, and not more than 6 m head at the lower end. Steeply graded pipelines shall be
tested in sections so that the maximum pressure head shall not be exceeded.
Unless otherwise agreed by the Engineer the test shall commence two hours after filling the test
section at which time the level of the water at the vertical feed pipe shall be made up to produce the
required 1.2m minimum test head. The loss of water over a 30 minute period shall be measured by
adding water at regular 5 minute intervals to maintain the original water level and recording the
amounts added. The section of the pipeline will have passed the test if the volume of water added
does not exceed 1 litre per hour per metre of pipeline per metre of nominal internal diameter of pipe.
Non-pressure pipelines (including associated manholes and chambers) shall be tested for infiltration.
The infiltration shall be measured after backfilling has been completed and the groundwater has
returned to its pre-construction level (a minimum of 7 days shall be left after backfilling) and after all
pressure testing has been completed. All inlets to the system shall be effectively closed, with any
residual flow deemed to be infiltration.
The section of pipeline will have passed the test if the total infiltration does not exceed 1 litre per hour
per metre of pipeline per metre of nominal internal diameter of pipe. Notwithstanding the satisfactory
completion of the test, there shall be no visible infiltration flow through any pipe or joint during an
internal inspection.
u) Air Test for Non-Pressure Pipelines
Pipelines to be air tested shall have air pumped into the length under test until a pressure equivalent to
100 mm of water is indicated on a U tube gauge connected to the system. The pipeline shall be
accepted if the air pressure does not fall below 75 mm water gauge after a period of five minutes
without further pumping.
v) Testing of Pressure Pipelines (excluding thermoplastic pressure pipes)
Pressure pipelines in their entirety (including all specials and valves) shall be pressure tested.
Pipes shall be filled and tested in sections of convenient lengths, which must not exceed 1000 metres.
Where pipes are laid with steep gradients the length of pipes tested at any one time shall be as directed
by the Engineer
Gauges used for testing pressure pipelines shall be capable of reading increments of 0.1 m head. The
Contractor shall be responsible for the independent calibration of the gauge prior to commencement
of testing.
The ends of pipes under test shall be closed by means of caps or blank flanges with anchors all
provided by the Contractor. Valves must not be used for this purpose. All scour valves and air valves
shall be replaced by blank flanges before commencement of the test.
The pipe shall be slowly and carefully charged with water until the specified test pressure is reached
in the lowest part of the section. Pipes internally lined with mortar shall be allowed to stand full for at
105
least 24 hours before testing. The test pressure shall be maintained, by pumping is necessary, for a
period of one hour. The pump shall then be disconnected, and no water addition shall occur, for a
period of one hour. At the end of this period the original pressure shall be restored by pumping and
the loss measured by drawing off water from the pipeline until the pressure as at the end of the test is
again reached.
The test pressures, unless otherwise specified, shall be 1.5 × the maximum working pressure or the
maximum surge pressure, if applicable, whichever is the greater.
The pipeline shall be accepted if the loss does not exceed 2 litres per metre nominal bore per
kilometre length per metre head (calculated as the average head applied to the section) per 24 hours.
During the test the pipe joints shall be inspected for leakages. Shall leakage of water occur at the
joints, the joint shall be reassembled to eliminate such leakage or, shall this not prove possible, the
Contractor shall supply and assemble new joints at his own expense.
w) Thermoplastic Pressure Pipelines
Testing of thermoplastic (PVC, polyethylene) pipelines shall be carried out generally as specified
above, together with the procedure as detailed below to take into account of the viscoelastic (creep)
response of the material.
12. Disinfection of Water Mains
The Contractor shall disinfect all water mains in accordance with the supply authority’s
requirements. The Contractor shall take measures to minimise the risk of contamination of
the new pipeline and the existing main to which it will be connected.
13. General Notes WSS
Water Supply & Sewerage (WS&S) design section for a Kitchen Block is to be developed on
basis of architectural working draft, technological design, in-situ survey of existing plants by
Designer, Tender Documents and in compliance with Ordinance No. 5/4 about designing,
installation and operation of in-building water supply and sewerage systems.
Protection of the Kitchen Block against fire must be ensured through manual fire extinguishing
from fire hydrant 2” located in conformity with the main design of the whole building.
Subject of the WS&S design section is the indoor water supply and sewerage systems referred to
the kitchen..
The Household Water Supply System must be developed by polypropylene pipes and fittings.
Working pressure in designed PP pipes for cold water must be PN 16 while that in pipes for hot
and circulating water must be PN 20.
The System must be branching through bottom distribution with distribution grid installed
exposed in the basement and developed with insulated pipes. The water supply system in the
basement must be ensured against freezing by heat-insulation layer 5 cm thick.
Vertical branches are designed exposed and covered later on according to the architectural
design. Insulation thereof shall be 2.5 cm thick. Pipes on external walls shall be insulated by
relevant insulation system fitting to pipes.
The building shall be supplied with hot water first from boiler premise and second from
individual electric boilers.
The Household Water Supply System to the Kitchen Block shall be developed new observing
levels of old routes in the basement and with connected all new points demanding cold and hot
water.
106
The System sizing shall be elaborated on basis of technology developed for the Kitchen Block
and the number of fed people amounting to 1100 persons.
The Sewerage System above elevation 0.00 in the Kitchen Block shall be developed anew as
well as sewerage verticals. The Sewerage System is designed by PVC pipes.
Horizontal Sewerage System in the basement must be tested for tightness and conductivity. The
same is to be replaced only at verified defects. Replacement must be made by PVC pipes with
SN 6 stability.
Local fat-separators must be provided. Floor siphons in the Kitchen must be provided with lower
discharge and a box for pollutions cleaning.
Equipment, materials and all other accessories to be supplied by Contractor must comply with
the requirements of these tender documents: must be new, fit to the function and location thereof.
The Contractor must submit a LIST of all materials and equipment designed thereby for
application in the Project.
Part D - Heating, Ventilation & Air Conditioning (HVAC)
Requirements
107
1. General
All material used on this project shall be robust and suitable for use in public buildings projects,
in particular where intensive circulation of staff and public is required.
They shall be installed /constructed in such a way as to protect staff and public from injury.
All such products shall be transported, stored, handled on site, and placed into the works strictly
in accordance with the manufacturer’s instructions, a copy of which shall be made available.
2. HVAC Design Criteria
2.1. Reference Standards and Normative The actual Bulgarian and European standards shall be followed for the Design and
Construction of the Mechanical works.
2.2. General Design Inputs
Weather Data
Winter design outdoor temperature –12°C
Air relative humidity 90%
Indoor temperature in the building should be as follows:
o Dining room +22.0±2.5°C
108
o Kitchen and preparations +18.0±3.0°C
o Storages +15.0±2.0°C
o Toilet, washing +18.0±3.0°C
o Personnel locker +22.0±2.5°C
Indoor relative humidity is not controlled.
2.3. Heating Capacities
Radiators 35 kW
Ventilation 46 kW
2.4. Ventilation Systems Capacities
Supply air to dining hall 6 800 m3/h
Extract air from kitchen 7 500 m3/h
Extract air from storages 800 m3/h
2.5. Off-Hours Minimum temperature in the building must be 13 °C even when unoccupied.
2.6. Building Pressurization The system design shall provide a slight, but continuous, negative pressure to other parts of
the building to eliminate odors in building.
Dining area is to maintain positive pressure relative to kitchen area and washing room.
109
2.7. Air Intake and Exhaust
The placement and location of outside air intakes must comply with the required codes and
the building security requirements. The intake design shall minimize the entrainment of
exhaust air. The outside air intake louvers shall be drainable stationary storm louver type
grills.
2.8. Vibration and Acoustical Isolation To control noise during all modes of operation and for all loading conditions, the system
must be provided with one or more of the following: sound traps; low-velocity, low-static
pressure fan systems; and/or special low-noise diffusers.
All penetrations in partitions, walls, floors, or ceilings should be appropriately sealed to
maintain the sound-insulation performance of the partition. Mechanical systems designers
are to use the required sound transmission class (STC) rating to prevent noise and vibration
transmission to floors and ceilings of mechanical rooms.
Appropriate noise control must be achieved during all modes of operation.
2.9. HVAC Requirements for Specific Spaces
Kitchen and washing area shall have sufficient heating to offset the base load plus the
infiltration to the space.
Single toilet shall have point of use fans connecting to a common exhaust header
Toilet shall maintain negative pressure in the rooms relative to the surrounding spaces.
3. HVAC Equipment
3.1. Operating principal The entire system shall have capacity and possibilities to provide temperature range in the
space as per technical norms and recommendation, and also to support regular work of all
services.
The heating for this facility shall be provided by heating center, which is not objective of this
project. This system shall provide heating through the winter period.
A two-pipe system for alternate hot water is envisaged. This is to be controlled through
collectors located in the heating center. There is also to be local control of the radiators and
supply ventilation system.
Each of the 2 branches of heating supply (ventilation and radiators) shall have own
individual pump and distribution system.
Ventilation of the buildings shall be provided by ductable fans, air heater and filter with
adequate capacity.
Dedicated ventilation systems are provided for:
extract air firm kitchen – cooking area and preparations of products:
extract air from storages, toilet and washing area:
fresh air supply to dining hall.
Each of those ventilation systems will be able to work independently or together with other
ventilation systems.
3.2. Radiators Radiators s shall operate during the winter season.
Radiator units shall be panel type, made of steel sheet. Capacity tested according EN 442.
They shall operate in the temperature regime 90/70°C.
The radiators shall have manufactured kit for wall fastening.
3.3. Circulation Pumps
110
Circulation pumps shall be used for forced water circulation in the heating system. The
pumps shall be centrifugal type with the spiral casing and enclosed rotor.
All the pumps installed for circulation of water, shall be “in line”, submersed or dry motor
type.
Nominal working shall be 6 bar.
Low vibration and low noise motors are required for all the pumps / circulators in the system.
Circulation pumps shall be with the minimum of the following requirements:
Rated pressure 6 bar
Max allowable operating temperature 110°C
Circulating fluid: pure water without foreign particles
Class of insulation of electric motor: F
Degree of electrical protection: IP44 (IEC) 144
Pumps shall have electronic regulation
3.4. Motors All motors shall be premium efficiency as per the energy code. All 0.5 HP and larger
motors shall incorporate multi-phase configuration. All motors smaller shall be single phase.
For motors operated with variable speed drives, provide inverter-duty motors with insulation.
3.5. Kitchen Fan The unit shall be protected against moister and corrosion and able to be installed on the
standard masonry vertical channel. Operating temperature shall be – 25 to 80oC.
Noise level shall not exceed 60 dB on 4 m distance.
All roof openings shall be protected against rain water inflow in the vertical ducts.
3.6. Valves and Appurtenances All motorized valves must be fixed such that the motor can be easily accessible and
removable for maintenance purposes.
Gate Valves, of cast iron according DIN 3352 shall be used as a closing element on all
manifold installed parts of the machinery, such as valves, pumps, other appurtenances.
Flanged connection, fastening by bolts.
Same manufacturing specification applies to Pressure Gauges, Traps.
Ball Valves with ND50 and less shall be fabricated from chromium brass with threaded
connections according to DIN 3357. Ball Valves above ND50 shall be fabricated from cast
iron with flanged connections according to DIN 3357. They shall meet EN 331 regulation.
According nominal pressure, they could be made of brass or bronze.
Radiator Valves material must be according EN 12165. They shall be installed on all
radiators, on forward and return lines. Thread connection shall be according type of pipe,
steel or PE-X.
Relief Valves bronze / brass body, Teflon seat, stainless steel stem and springs, automatic,
direct pressure actuated, capacities certified and labeled.
4. Air Distribution System Criteria (Ductwork)
4.1. Air Ducts All air ducts for ventilation purposes with quadric shape shall be made with galvanized steel
and/or black steel sheet metal, depending on applications.
Wall thickness of the metal sheet for the ducts shall be according DIN 24190 and DIN
24191.
The ducts shall have fire resistance according BS / EN 476.
Brackets distance shall be not more than 3m.
Fire dampers, EI 90 min, shall be installed between fire zones.
4.2. Installation of the Ventilation Ducts
111
The ducts for ventilation will be installed in horizontal or vertical straight line, without
arrows or deviations. The vertical air ducts will not have deviations from the vertical bigger
2 - 3 mm per 1 m height.
Before installation on position, at the level of the work floor or platform there will be
mounted the maximum possible number of sections and special elements compiling duct
sections having shapes and lengths determined by local conditions on the site.
The sections will be assembled such as the longitudinal folds to be alternatively arranged in
order not to make a continuous joint.
For rectangular ducts, the longitudinal joints using folds will be alternated from one side to
another of the consecutive sections.
The air ducts will be supported by with standard support elements.
4.3. Air Distribution Diffusers and ventilation grilles are from anodized aluminum profile or sheet steel with
powder coating.
They shall have blades to regulate out flow direction, and built in dampers for regulation of
quantity and velocity of the air flow.
Air exhaust grilles shall be of the same type as supply grilles.
5. Piping Systems Criteria
5.1. Piping Systems
All piping systems shall be designed and sized in accordance with codes of practice.
Materials acceptable for piping systems are black steel and PE with AL layer.
Steel pipes shall be according EN 10210 –1/2, and 10219 1/2; DIN EN 2448 en DIN EN
2458 – Dimensions and weights.
In general, piping system for heating medium shall be made of black steel pipes, assembling
by welding.
5.2. Pipe Installation
Air relief controls shall be installed at the highest pipeline points.
Supply pipes for the radiators in dining room shall be installed above the ceiling, fastened to
the concrete structure beams and columns, or/and slabs.
Supply pipes for the radiators in kitchen shall be installed above the ceiling in the basement,
fastened to the concrete structure beams and columns, or/and slabs.
Since there are pipelines for warm water, special attention shall be paid on continuity of the
insulation to prevent naked surfaces where condensation may occur.
When tracing the supports, the pipe slope of minimum 3% shall be considered and their
location shall be done so that a minimum distance of 30 mm to exist between the building
element and the surface of the pipe isolation and the distance between the surfaces of two
isolated pipes shall be of minimum 40mm.
All ends of the pipelines shall have automatic air relief vents.
When passing through walls, the pipes shall be protected by sleeves which allow free motion
of the pipes and the space between shall be filled with incombustible material.
Before beginning the assembly, each element shall be marked on the construction elements,
and then the tubular material shall be cut at the needed length and transported to the required
place. The existence of the openings for wall penetrations shall be verified.
5.3. Pipe Jointing
Most of the joints shall be done on site. Pipes shall be joined by welding, thread and flanges.
Welding shall be used for joining the heating pipes.
Joining by pipe welded flanges shall be done on the flange provided equipment.
Joining by thread shall be done on bench or on site.
112
In case of flange joining, special care shall be taken while fixing the flange perpendicular to
the pipe axis and the flange flatness and the correct manufacture of the gasket in terms of
diameter shall be verified. Gaskets of Marsit type (or similar) shall be used.
5.4. Jointing by Welding
Welding shall be electrical or oxyacetylene. The following shall be welded:
- End to end joints, branches, curve fixing, flanges
The welding quality shall comply with Bulgarian Standard.
The quality is conditioned by the following:
Welders' qualification
The quality of the base material (pipes, elbows, flanges)
The quality of the additional material (electrodes, wires)
Joint type
Welding procedure
Welding technology
With a view to providing quality, the manufacturer shall perform welding tests (samples) on
each batch of pipes for establishing the addition material, the welding procedure and
technology.
The samples shall be submitted to tests by penetrating radiations and destructive trials.
Nondestructive test shall be performed as per EN 12062 and shall be for traction, bending,
bulging by shock and hardness measurement.
5.5. Piping Accessories
Isolation of Piping at Equipment: Isolation valves, shutoff valves, bypass circuits, flanges,
and unions shall be provided as necessary for piping at equipment to facilitate equipment
repair and replacement. Equipment requiring isolation includes air handling units, pumps,
and heat exchangers. Valves shall also be provided for zones off vertical risers.
Piping System and Equipment Identification: All pipes, valves, and equipment in
mechanical rooms, shafts, ceilings, and other spaces accessible to maintenance personnel
must be identified with color-coded bands and permanent tags indicating the system type and
direction of flow for piping systems or type and number for equipment per labeling
standards. The identification system shall also tag all valves and other operable fittings.
5.6. Corrosion Protection of the Pipes
Piping that shall be thermally insulated, shall be cleaned from superficial corrosion and dirt
and painted with two layers of anti-corrosive coating (different color for easy inspection)
before the thermal insulation is installed.
All pipes that shall be not insulated, fittings, consoles and clamps shall be cleaned from
superficial corrosion and dirt and painted with two layers of anti-corrosive coating (different
color for easy inspection) before and then painted with oil paint resistant to the operating
temperatures.
6. Insulation
All insulation shall comply with fire and smoke hazard ratings. Accessories such as
adhesives, mastics, cements, tapes, etc. shall have the same or better component ratings.
6.1. Pipe Insulation
Insulation shall be provided on all cold surface mechanical systems, such as ductwork and
piping, where condensation has the potential of forming. Insulation that is subject to damage
or reduction in thermal resistivity if wetted shall be enclosed with a vapor seal (such as a
vapor barrier jacket). Insulation shall have zero permeability.
113
All exposed and concealed piping shall have PVC or galvanized steel/AL sheet jacketing. All
insulated piping exposed to the weather shall be protected with aluminum jacketing and
seams sealed.
Thermal Insulation and methods of application shall comply with the requirements of
BS5422 and BS 5970 as applicable to the services covered in this Specification.
All thermal insulation work shall be carried out by a specialist approved contractor.All
materials shall be CFC-free. Materials containing asbestos or un-bonded loose fibers shall
not be used.
Materials installed in kitchens, food processing areas, shall be no fibrous. Before application
of insulation, the pipework shall be pressure tested, cleaned and dried.
Any scale, rust, grease and dirt shall be removed. The pipes shall be thoroughly cleaned to
remove all traces of surplus welding flux, building materials debris and dust.
6.2. Duct Insulation
All exposed externally insulated ductwork shall have sealed canvas jacketing. All concealed
externally insulated ductwork shall have foil face jacketing. All supply air ducts must be
insulated, in accordance with the energy code.
All ductwork exposed to the weather shall be insulated with Rockwool and protected with
aluminum jacketing and seams sealed. All equipment, heat exchangers, and pumps shall be
insulated as per the energy code.
6.3. Equipment Insulation
All equipment including air-handling units, hot water pumps and heat exchangers must be
insulated in accordance with the energy code.
114
E. SUPPLY AND INSTALATION OF KITCHEN EQUIPMENT
115
TECHICAL SPESIFICATION AND EQUIPMENT GENERAL REQUIREMENTS
1. LIFE CYCLE
The equipment life cycle shall be not less than 10 (ten) years.
2. GATE CONTROL, INSTALLATION AND COMMISSIONING
A visual inspection will be carried at the time of goods arrival to the site.
-The equipment package shall be intact, un-Brocken and the seal intact.
Documents to be supplemented:
Technical passports in English and Bulgarian languages.
- Operation manuals in English and Bulgarian languages.
- Declarations of Conformity by EU standards.
- Certificate for the origin of goods.
- Warranties.
- Packing List.
- Content List.
Failing to submit any of the documents listed above may result in disqualification of the
candidate.
3. Conditions for equipment installation, commissioning and post installation service
The candidate shall provide qualified personnel for the equipment installation.
The candidate shall provide training session for the Client’s staff with duration of 3 (three)
days.
Document required for commissioning.
-Installation manuals and drawings.
-Installation Completion certificate.
-Test report 72 hrs.
4. H&S requirements
The equipment shall be deemed to be:
-fabricated with no sharp edges.
-Easy to operate and access.
-Be stable and durable.
5. Defect liability period
The defect liability period shall be not less than:
-Three years for all electrical appliances;
-Two years for all the rest of the equipment.
6. QUALITY ASSURANCE
General Quality requirements
The equipment shall conform to the EU and Bulgarian standards and regulations in force.
If gas- operating appliances are to be used, a valid manufacturer’s certificate shall be
provided.
The candidates shall adhere strictly to the tender requirements (passive equipment dimensions,
electrical capacity, cooling parameters which are described in details in the BoQ).
7. Equipment quality requirements
The equipment shall be Rust- and Fire- Resistant.
The equipment shall be Easy to clean and disinfect.
116
To be equipped with controlling devices.
The cooling equipment shall be equipped with thermometers.
All appliances and equipment shall be made of stainless steel AISI 304.
Working tables with bowls complete shall have inward inclination.
The kitchen sinks shall be provided with water traps dia 1 ½” and all necessary couplings. The
mixers shall be standing type.
The equipment shall conform to all hygienic standards in Bulgaria in accordance with
Regulation 5/25.5.2006.
The equipment shall be delivered in originally sealed package.
The minimal stainless steel sheet metal thickness shall be 0.8 for the tables and stands and
1.25 mm for the kitchen sinks.
8. The equipment shall comply with:
Section V - Regulation 5/25.5.2006-Food hygiene.
Regulation for electrical appliances compliance published ПМС №182/06.07.2001
Regulation for control and maintenance of the ozone-harming substances с ПМС
№254/30.12.1999
9. KITCHEN EQUIPMENT DESIGN REQUIREMENTS
The candidate shall be deemed to provide complete detailed design, and obtain full approval
by the relevant authorities, bodies and agencies.
The design section: Equipment is deemed to consist of: plans, explanation notes, BoQ for the
equipment, BoQ for the wares (trays, cutlery, etc.). The design shall be approved by Agency
of Food and all respective bodies.
The successful candidate must strictly adhere to the tender documents, drawings,
specifications; BoQ’s and shall no alternate them in no case.
Equipment dimensions changes shall not be accepted.
The candidate is deemed to prepare and submit System of Self-control (НАССР) at his own
cost.
The Design Engineer-Section: Equipment-shall have minimum 5 (five) years of design
experience and adequate license.
- Approval of the design with respective authorities.
- Provision of As-build drawings.
- Participation in commissioning procedure.
- Three days training of kitchen staff to be employed.
ANNEX A – FINANCIAL OFFER FORM
ESTIMATE
Rehabilitation works for the kitchen and dining in Vrajdebna refugee camp
Item
No. Description of Items Quantity Unit
Rate
in Figure Amount
1 3 4 5 6 8
PART- A : Civil Works
1 Mobilization and cleaning site before commencing actual
physical work and during contract period and
demobilization after completion of the Works under
contract accepted by Engineer.
400.00 LS
2 Dismantling existing doors and windows ,and kitchen
equipment’s etc.
1500.00 LS
3 Supplying, fitting and fixing glazed wall tiles with on 20
mm thick cement sand mortar (1:3) base and raking out the
joints with white cement including cutting, laying and hire
charge of machine and finishing with care etc. including
water, electricity and other charges complete all respect
accepted by the Engineer.
On walls
30.00 sqm.
4 Supplying, fitting and fixing PVC flooring tiles on 20 mm
thick cement sand mortar (1:3) base including cutting,
laying and hire charge of machine and finishing with care
etc. including water, electricity and other charges complete
all respect accepted by the Engineer.
5.88 sqm.
5 Installation and Supplying best qualities laminated with the
thickness of 40 mm flush doors (.9 m X2 m) complete with
frame, leaves ,ironmongery with all necessary fixing such
as door locks ,hinges etc.
10.00 No.
6 Installation and Supplying best qualities with thickness of
50 mm exterior steel door (1 m X 2 m) complete with
frame, leaves ,ironmongery with all necessary fixing such
as door security locks ,hinges etc.
1.00 No.
7 Installation and Supplying steel frame for windows with
the section of hollow metal (size of 50 mm 50mm) with all
necessary fixing such as window locks ,hinges etc.
3.24 sqm.
ANNEX A – FINANCIAL OFFER FORM
8 Supplying, fitting. fixing of uPVC hollow or solid plastic
door (2.92 m x 2.18m) having section thickness min 60 mm
,white in colour, 1 no SS hasp bolt, door lock, with all
necessary fittings accepted by the Engineer
1.00 No.
9 Minimum 12 mm thick cement sand plaster (1:4) having
with fresh cement to wall both inner and outer surface,
finishing the corner and edge including washing of sand
cleaning the surface, scaffolding and curing at least for 7
days, cost of water electricity and other charges etc. all
complete in all respect as per drawing and accepted by the
Engineer.
15.00 sqm.
10 Painting to door and window frames,shutters in two coats
with approved best quality and colour of synthetic gloss
paint with primer coat delivered from authorized local
agent of the manufacturer in a sealed container, having
highly water resistant, high bendability, flexible, using
specific brand thinner applied by brass/roller/spray over a
coat of priming elapsing time for drying including surface
cleaning from dust, oil or dirt, smoothening. Finishing and
polishing with sand paper and necessary tools, scaffolding.
testing charges etc. all complete in all floors approved and
accepted by the Engineer.
87.24 sqm.
11 Painting to radiator and pipes in two coats with approved
best quality and colour of synthetic gloss paint with primer
coat delivered from authorized local agent of the
manufacturer in a sealed container, having highly water
resistant, high bendability, flexible, using specific brand
thinner applied by brass/roller/spray over a coat of priming
elapsing time for drying including surface cleaning from
dust, oil or dirt, smoothening. Finishing and polishing with
sand paper and necessary tools, scaffolding. Testing charges
etc. all complete in all floors approved and accepted by the
Engineer.
36.00 sqm.
12 Approved best quality white and colour Latex paint
delivered from authorized local agent of the manufacturer in
a sealed container, applying to wall and ceiling in 2 coats
with over a coat of brand specified primer or sealer elapsing
specified time for drying/ recoating matt finish including
cleaning and sand papering making the surface free from
loose and flaky materials, dirt, grease, wax, polish, scraping
all chalked and scaled materials, applying the paint by
brush/roller and necessary scaffolding etc. all complete in
810.50 sqm.
ANNEX A – FINANCIAL OFFER FORM
all floors accepted by the Engineer.
13 Cleaning, patching, acid washing and final sealing (wax) of
the existing mosaic floors in kitchen,corridors and service
rooms, all complete in all floors accepted by the Engineer.
434.40 sqm.
14 Cleaning existing wall tiles with refill the groves with
appropriate colourfiller, all complete in accepted by the
Engineer.
193.03 sqm
15 Repair of the damaged mosaic of walls,skirting with cement
mortar and properly painting as per instruction of engineer.
19.82 m
16 Supply and installation of window clear glasswith 5 mm
including sealing.
13.51 sqm
Sub Total of A
Part- B : Electrical works
А Electric boards, backup sources, main LV cables
1 Supply, installation, connection, commissioning of Main
distribution board MDB, as per specification, floor standing
on steel support, lockable steel rack, with all needed
equipment, rated ІР44, 1 No.
2 Supply, installation, connection, commissioning of Main
distribution board Kitchen, as per specification, floor
standing on steel support, lockable steel rack, with all
needed equipment, rated ІР44, 1 No
3 Supply, installation, connection, commissioning of
switchboard Dining hall, as per specification, wall mounted,
lockable steel rack, fitted with all protective, commutation,
control devices, protection rating ІР44, 1 No
4 Supply, installation, connection, commissioning of
switchboard HVAC, as per specification, wall mounted,
lockable steel rack, fitted with all protective, commutation,
control devices, protection rating ІР44, 1 No
ANNEX A – FINANCIAL OFFER FORM
А1 Supply and install cables NYY on cable tray
6
3x185+95+95 55 ml
7 5х6 50 ml
8 3х6 15 ml
А2 Cable termination and connection
9 185sqmm 4 No
10 6sqmm 4 No
11 Decorative cover of cable tray – plasterboard encasing,
lenght approx. 15m, size of the case ~50/50cm 1 No
В Light fixtures and installation
1 Supply and install light fixture pendant, 2x35W T5 lamp,
electronic gear,, grill, IP20 (dining hall), connection and
adjustment, 30 No
2 Supply and install light fixture pendant, 2x35W T5 lamp,
electronic gear,, mirror louvre, IP20 (office), connection
and adjustment, 1 No
3 Supply and install light fixture pendant, 2x35W T5 lamp,
electronic gear,, cover, IP65 (kitchen), connection and
adjustment, 11 No
4 Supply and install light fixture pendant, 2x35W T5 lamp,
electronic gear,, cover, IP65 (kitchen), emergency lighting
kit with battery 1h for one of the lamp, electronic gear,s,
connection and adjustment, 3 No
5 Supply and install light fixture pendant, 1x35W T5 lamp,
electronic gear,, cover, IP65 (kitchen), connection and
adjustment, 6 No
6 Supply and install light fixture pendant, 2x54W T5 lamp,
electronic gear,, cover, IP54 (preparation area), connection
and adjustment, 4 No
ANNEX A – FINANCIAL OFFER FORM
7 Supply and install light fixture pendant, 1x35W T5 lamp,
electronic gear,, cover, IP54 (preparation area), connection
and adjustment, 8 No
8 Supply and install light fixture ceiling mount, 2x26W CFL
lamp, ECG, cover, IP54 (WC), connection and adjustment, 6 No
9 Supply and install light fixture 1х28W, Т5, electronic gear,
with switch, surface mounted on wall, IP54, connection and
adjustment, 11 No
10 Supply and install light fixture 2х26W, CFL, electronic
gear, with switch, surface mounted on wall, IP65,
connection and adjustment, 2 No
11 Supply and install emergency light, with battery for 1 hour,
non-maintained operation, 1x8W, IP20, connection, 9 No
12 Supply and install emergency light, with battery for 1 hour,
non-maintained operation, 1x8W, IP65, connection, 13 No
13 Supply and install emergency escape sign with battery for 1
hour, maintained operation, 1x8W, pictogram, IP20
connection 6 No
14 Supply and install emergency escape sign with battery for 1
hour, maintained operation, 1x8W, pictogram, IP65
connection 9 No
15 Supply, install and connection of one-way light switch 10А,
surface-mounted 13 No
16 Supply, install and connection of one-way light switch 10А,
flush-mounted, including backbox 2 No
17 Supply, install and connection of one-way double light
switch 10А, surface-mounted 2 No
18 Supply, install and connection of two-way light switch 10А,
surface-mounted 2 No
19 Supply, install and connection of two-way light switch 10А,
flush-mounted, including back box. 6 No
20 Supply and install push-button, incl. back box. 8 No
21 Cable NYY4x1,5 – supply and install (for emergency
lights) 40 ml
22 Cable NYY3x1,5 – supply and install 1120 ml
ANNEX A – FINANCIAL OFFER FORM
23 Cable NYY5x1,5 – supply and install 60 ml
24 Supply and install conduit self-extinguishing 25mm 600 ml
25 Supply and install conduit 25mm under plastering (dining
hall) 450 ml
26 Make trench in wall, incl. materials 450 ml
С Sockets and supply of equipment
1 Supply and install water heater switch 2x25A with indicator
lamp 5 No
2 Supply and install socket SCHUKO- 16А/250V, flush
mounted, including back box, connection commissioning, 6 No
3 Supply and install socket SCHUKO , surface mounted
waterproof, connection commissioning, 12 No
4 Supply and install socket SCHUKO , surface mounted
waterproof, connection commissioning, 18 No
5 Supply and install socket and plug IEC1x16+N+PE, surface
mounted waterproof, connection commissioning, 4 No
6 Supply and install socket and plug IEC3x16+N+PE, surface
mounted waterproof, connection commissioning, 2 No
7 Supply and install local full-load switch 6А/220V, ІР55,
connection 1 No
8 Supply and install local full-load switch 10А/220V, ІР55,
connection 2 No
9 Supply and install local full-load switch 25А/220V, ІР55,
connection 1 No
10 Supply and install local full-load switch 6А/380V, ІР55,
connection 2 No
11 Supply and install local full-load switch 10А/380V, ІР55,
connection 2 No
12 Supply and install local full-load switch 25А/380V, ІР55,
connection 8 No
13 Supply and install local full-load switch 32А/380V, ІР55,
connection 1 No
ANNEX A – FINANCIAL OFFER FORM
14 Supply and install local full-load switch 40А/380V, ІР55,
connection 1
No
15 Supply and install emergency button type “mushroom“,
connection 2
No
16 Supply and install push-button with indicator lamp, 24V~
(WC), connection 1
No
17 Supply and install two-button „on-off“ with indicator lamp
(kitchen), connection 2
No
18
Supply and install motor starter (rotary handle,
thermomagnetic motor protection) IP65 – 1.6A/380V,
connection 2
No
19 Cable NYY2x1,5 – supply and install 60 ml
20 Cable NYY3x2,5 – supply and install 1620 ml
21 Cable NYY3x4 – supply and install 300 ml
22
Cable NYY5x1,5 – supply and install 95
ml
23
Cable NYY5x2,5 – supply and install 210
ml
24
Cable NYY5x4 – supply and install 150
ml
25
Cable NYY5x6 – supply and install 350
ml
26 Supply and install/pull conduit self-extinguishing 3/4",
surface 340
ml
27 Supply and install/pull conduit self-extinguishing 1",
surface 70
ml
28 Supply and install/pull conduit self-extinguishing 11/2",
surface 60
ml
ANNEX A – FINANCIAL OFFER FORM
29 Supply and install conduit 25mm under plastering (dining
hall) 160
ml
30 Supply and install conduit 40mm under plastering (dining
hall) 50
ml
31
Supply and install conduit 25mm floor screed (kitchen) 20
ml
32 Supply and install electrical distribution box IP54 for
surface installation 80 No
33 Supply and install electrical distribution box for hidden
installation 30 No
34 Make trench in wall, incl. materials 30 ml
D Cable trays
1 Supply and install cable tray 300/60mm, galvanized, indoor
usage, including hanging, instructed by the manufacturer,
completion with hanging and connection elements 40 ml
2
Supply and install cable tray 200/60mm, galvanized, indoor
usage, including hanging, instructed by the manufacturer,
completion with hanging and connection elements 40
ml
3
Supply and install cable tray 100/60mm, galvanized, indoor
usage, including hanging, instructed by the manufacturer,
completion with hanging and connection elements 60
ml
4
Supply and install cable tray 200/60mm, galvanized, indoor
usage, including hanging, instructed by the manufacturer,
completion with hanging and connection elements, with
separator 20
ml
5 Supply and install cable ladder LG 600/60mm, galvanized,
indoor usage, including hanging, instructed by the
manufacturer, completion with hanging and connecting
elements, with cover 5
ANNEX A – FINANCIAL OFFER FORM
ml
6 Sealing of opening 400/200mm with fire stop mineral wool
as per instruction of manufacturer 3 No
7 Sealing of opening 200/150mm with fire stop mineral wool
as per instruction of manufacturer 7 No
E Public address
1 Supply and install loudspeaker for surface installation on
wall, 1,5/3/6W/100V, 94dB/1W/1m termination
commissioning 5 No
2 Supply and install horn loudspeaker
3/5/10W/100V, 109dB/1W/1m 4 No
3 Supply and install/pull cable FE180 E30 1x2x0,8, on tray or
in conduit 250 ml
4 Supply and install conduit self-extinguishing 25mm 150 ml
5 Supply and install conduit 25mm under plastering (dining
hall) 70 ml
6 Supply and install electrical distribution box IP54 for
surface installation 10 No
7 Supply and install electrical distribution box for hidden
installation 4 No
8 Supply and install fireproof box with 4 terminals 1 No
9 Commissioning, programming, tests 1 set
Note:
1. The public address line shall be connected to the system
of the building – see building design for details
2. System is according EN54 and EN60849
F Data/voice cabling
ANNEX A – FINANCIAL OFFER FORM
1 Supply and install board for ELV systems – 1 switch 5ports
10/100, 2RJ outlets, TV splitter 1in/2out, free space for TV
amplifier 1 No
2 Double socket RJ45 cat5 surface mount, incl. termination 1 No
3 Cable FTP cat5 – supply and install 70 ml
4 Supply and install conduit self-extinguishing 25mm 35 ml
5 Supply and install/pull FTP cat5e cable on cable tray 30 ml
6 Supply and install electrical distribution box IP54 for
surface installation 2 No
7 Certification, tests, commissioning 1 Set
Note:
The data cabling shall be connected to building system –
see building design for details
G TV system
1 Supply and install TV outlet, incl. back box, connection 2 No
2 Supply and install/pull coaxial cable 75ohm 45 ml
3 Supply and install conduit 25mm under plastering (dining
hall) 45 ml
4 Make trench in wall, incl. materials 45 ml
5 Supply and install/pull coaxial cable 75ohm on cable tray 10 ml
6 Supply and install electrical distribution box for hidden
installation 2 No
Note:
The TV cabling shall be connected to building system – see
building design for details
H Grounding
1 Supply materials and make grounding – 2 galvanized steel
rods, 3m lenght 1 No
2 Test terminal 1 No
ANNEX A – FINANCIAL OFFER FORM
3 Supply an install galvanized steel bar 40/4мм 100 ml
4 Supply and install galvanized grounding plate 300/30mm 6 No
5 Supply and install flex copper wire 6sq mm, yellow/green 50 ml
6 Supply and install cable lug 6sqmm, copper 200 No
7 Main grounding plate 1 No
8 Tests, commissioning, adjustments
I CCTV
1
Supply and install dome vandal-resistant CCTV camera,
700TV lines, infrared lighting 4 No
2 Supply and install coaxial cable or UTP cat 5e 150 ml
3
Supply and install conduit 25mm under plastering (dining
hall) 150 ml
Note:
The CCTV system shall be connected to building system –
see building design for details
J INTRUDER ALARM
1 Supply and install control panel, 192 zones, 8 groups, 999
codes, memory for 2048 events 1 No
2 Supply and install power supply unit, incl. accumulator,
transformer, tamper 1 No
3 Supply and install keyboard 1 No
4 Supply and install zone expander 1 No
5 Supply and install accumulator 12V/7Ah 1 No
6 Supply and install net transformer 1 No
7 Supply and install volume PIR detector – ceiling mount 14 No
8 Supply and install door magnetic contact 2 No
9 Supply and install acoustic glass-break detector 12 No
ANNEX A – FINANCIAL OFFER FORM
10 Supply and install siren 1 No
11 Supply and install 6-wire CQR cable 300 ml
12 Supply and install cable NYY 3x1 150 ml
13 Supply and install data cable UTP cat 5e 200 ml
14 Supply and install conduit self-extinguishing 20mm 150 ml
15 Supply and install conduit 20mm under plastering (dining
hall) 90 ml
16 Make trench in wall, incl. materials 90 ml
L Miscellaneous
2 Tests, commissioning, adjustments 1
Sub Total of B
PART- C : Sanitary, Water Supply and Sewerage
works
WATER SUPPLY
1
Supply and Fix Poly Propilen -R type pipes for cold water
dia 20 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 50.00 lm
2
Supply and Fix Poly Propilen -R type pipes for cold water
dia 25 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 50.00 lm
3
Supply and Fix Poly Propilen -R type pipes for cold water
dia 32 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 10.00 lm
4
Supply and Fix Poly Propilen -R type pipes for cold water
dia 40 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 10.00 lm
5
Supply and Fix Poly Propilen -R type pipes for cold water
dia 50 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and 30.00 lm
ANNEX A – FINANCIAL OFFER FORM
filling back in mortar 1: 3.
6
Supply and Fix Poly Propilen -R type pipes for hot water
dia 20 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 20.00 lm
7
Supply and Fix Poly Propilen -R type pipes for hot water
dia 25 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 75.00 lm
8
Supply and Fix Poly Propilen -R type pipes for hot water
dia 32 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 15.00 lm
9
Supply and Fix Poly Propilen -R type pipes for hot water
dia 40 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 30.00 lm
10
Supply and Fix Poly Propilen -R type pipes for cold water
dia 50 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 30.00 lm
11
Supply and Fix Poly Propilen -R type pipes for cold water
dia 63 mm, inclusive all fittings and inclusive all clips,
hangers, brackets, joints and chiseling out, embedding and
filling back in mortar 1: 3. 10.00 lm
12 Supply and fix Stop valve dia 20 mm 30.00 no
13 Supply and fix stop ball valve dia 20 mm, no drain 5.00 no
14 Supply and fix stop ball valve dia 25 mm, no drain 5.00 no
15 Supply and fix stop ball valve dia 50 mm, no drain 2.00 no
16 Supply and fix stop gate valve dia 20 mm, no drain 4.00 no
17 Supply and fix stop gate valve dia 25 mm, no drain 5.00 no
18 Supply and fix stop gate valve dia 50 mm, no drain 5.00 no
19 Supply and fix stop gate valve dia 50 mm, no drain 2.00 no
20 Supply and fix stop ball valve dia 20 mm, drain 4.00 no
ANNEX A – FINANCIAL OFFER FORM
21 Supply and fix stop ball valve dia 25 mm, drain 5.00 no
22 Supply and fix stop ball valve dia 32 mm, drain 5.00 no
23 Supply and fix stop gate valve dia 25 mm, drain 10.00 no
24 Supply and fix stop gate valve dia 32 mm, drain 5.00 no
25 Supply and fix return valve dia 20 mm 5.00 no
26 Supply and fix return valve dia 20 mm 5.00 no
27 Supply and fix return valve dia 20 mm 5.00 no
28 Supply and fix return valve dia 20 mm 2.00 no
29 Supply and fix pressure valve 5.00 no
30
Supply and fix electrical water heater capacity 80 lt, Pn= 3
Kw, vertical installation, all connectors inslusive, testing
and brackets and auxilary fittings inclusive 5.00 no
31
Supply and fix electrical water heater capacity 150 lt, Pn= 3
Kw, vertical installation, all connectors inclusive, testing
and brackets and auxiliary fittings inclusive 5.00 no
32 Supply and fix PP-R brackets dia 25 10.00 no
33 Supply and fix PP-R brackets dia 25 10.00 no
34 Supply and fix PP-R brackets dia 25 25.00 no
35 Supply and fix PP-R brackets dia 25 10.00 no
36 Supply and fix PP-R brackets dia 25 20.00 no
37 Supply and fix PP-R brackets dia 25 25.00 no
38 Supply and fix PP-R brackets dia 25 5.00 no
39
Supply and fix wash-hand basin hot water mixer, standing
type, all accessories inclusive, with all connectors inclusive 1.00 no
40
Supply and fix wash-hand basin hot water mixer (kitchen
sink), standing type, all accessories inclusive, with all
connectors inclusive 10.00 no
41 Supply and fix wash-hand basing hot water mixer, wall
10.00 no
ANNEX A – FINANCIAL OFFER FORM
type, all axesoiresinclusssive, with all connectors inclusive
42
Supply and fix hot water mixer, wall type, all accessories
inclusive, holder connection 2.00 no
43
Supply and fix hot water shover mixer, all accessories
inclusive 2.00 no
44
Supply and fix circulation pump, indoor type, Q=3,46 l/sec,
H=5 m 1.00 no
45
Supply and fix pipe insulation dia 20 mm, D=9 mm,
horizontal 70.00 no
46
Supply and fix pipe insulation dia 25 mm, D=9 mm,
horizontal 40.00 no
47
Supply and fix pipe insulation dia 25 mm, D=13 mm,
vertical 10.00 no
48
Supply and fix pipe insulation dia 25 mm, D=13 mm,
vertical 6.00 no
49
Supply and fix pipe insulation dia 25 mm, D=19 mm,
basement 70.00 no
50
Supply and fix pipe insulation dia 32 mm, D=19 mm,
basement 25.00 no
51
Supply and fix pipe insulation dia 40 mm, D=19 mm,
basement 40.00 no
52
Supply and fix pipe insulation dia 50 mm, D=19 mm,
basement 60.00 no
53
Supply and fix pipe insulation dia 63 mm, D=19 mm,
basement 10.00 no
54 Supply and fix plugs, various types 20mm -63 mm 60.00 no
55 Desinsection and pressure testing water supply pipe line 300.00 lm
SEWAGE
56 Waste evacuation 5.00 cum
57
Supply and fix PVC pipe SN 8 dia 110 mm, all fittings
inclusive, brackets and hangers inclusive, t=3,2 mm 45.00 lm
58 Supply and fix PVC pipe SN 8 dia 40 mm, all fittings
10.00 lm
ANNEX A – FINANCIAL OFFER FORM
inclusive, brackets and hangers inclusive, t=2 mm
59
Supply and fix PVC pipe SN 8 dia 50 mm, t=2 mm, all
fittings inclusive, brackets and hangers inclusive 40.00 lm
60
Supply and fix PVC pipe SN 8 dia 110, t=2 mm, all fittings
inclusive, brackets and hangers inclusive 45.00 lm
61
Supply and fix PVC inspection 90 deg., pipe SN 8 dia 110,
all fittings inclusive, brackets and hangers inclusive 10.00 no
62
Supply and fix cast iron pipe dia 50 mm, t=4 mm., all
fittings inclusive, fix in bed of mortar 1: 3 and finish 8.00 lm
63
Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all
fittings inclusive, fix in bed of mortar 1: 3 and finish,
bottom flush 6.00 no
64
Supply and fix cast iron floor trap dia 50 mm, t=4 mm., all
fittings inclusive, fix in bed of mortar 1: 3 and finish, side
flush 10.00 no
65
Supply and fix cast iron floor trap dia 110/ 50 mm, t=4 mm,
all fittings inclusive, fix in bed of mortar 1: 3 and finish,
bottom flush, residue filter inclusive 15.00 no
66
Supply and fix wash-hand basin bottle trap, single-bowl
type, all fittings and connectors inclusive 6.00 no
67
Supply and fix wash-hand basin bottle trap, double-bowl
type, all fittings and connectors inclusive 5.00 no
68
Supply and fix WC " Monoblock" -S type, PVC cover , all
water and sewage connectors inclusive, sealing and testing 2.00 no
69
Supply and fix porcelain wash-hand basins, wall mounted,
all water and sewage connectors inclusive, sealing and
testing, brackets and hangers inclusive 2.00 no
70
Supply and fix porcelain wash-hand basins, standing type,
all water and sewage connectors inclusive, sealing and
testing, brackets and hangers inclusive 2.00 no
71
Supply and fix grease separator, floor type, all accessories
inclusive, sealing and testing 5.00 no
72
Supply and fix wall brackets for PVC pipe dia 40 mm,
galvanized, rubber gasket inclusive 20.00 no
73
Supply and fix wall brackets for PVC pipe dia 50 mm,
galvanized, rubber gasket inclusive 50.00 no
ANNEX A – FINANCIAL OFFER FORM
74
Supply and fix PVC dia 110 mm hangers complete, ceiling
type, galvanized, gaskets inclusive 50.00 no
75
Supply and fix PVC reduction 110/ 50 mm, t=3, 2 mm,
seals inclusive 5.00 no
76
Supply and fix PVC inspection 90 degrees 110/ 50 mm, t=3,
2 mm, seals inclusive 5.00 no
77 Desinfection an testing sewage pipe line 150.00 lm
78 Wall openings blocking 200/200 mm 5.00 no
79 Wall openings blocking 600/200 mm 5.00 no
80 Existing sewage pipeline conductivity testing 60.00
Sub Total of C
Part D: Heating, Ventilation & Air Conditioning
(HVAC)
I. PRELIMINARY WORK
1 Disassembly of air ducts, storage and transportation to
recycling point
150.00 kg
2 Disassembly of steel pipes, storage and transportation to
recycling point
1200.00 kg
3 Disassembly of steel heaters, storage and transportation to
recycling point
9.00 No
4 Disassembly of cast iron heaters, storage and transportation
to recycling point
10.00 No
5 Drilling holes in brick walls 3.00 mou
II. VENTILATION
1. Kitchen Extract Air System
1.1 Extract fan, ductable, with motor out of air stream, incl.
flexible connections, el.board and control
Air flow rate 7500 m3/h
Ext. pressure 300 Pa
1.00 No
1.2 Exhaust ventilation grille - adjustable
Dimensions 500/200 mm
2.00 No
ANNEX A – FINANCIAL OFFER FORM
1.3 Transfer grille
Dimensions 600/400 mm
6.00 No
1.4 Air ducts of black steel sheets, welded joints, rectangular -
straight and shaped
22.00 Sqm
1.5 Testing and commisioning of ventilation system 1.00 No
2. Extract Air System - Storages and WC
2.1 Extract fan, ductable, incl. ON/OFF damper, el.board and
control
Air flow rate 800 m3/h
Ext. pressure 200 Pa
1.00 No
2.2 Exhaust ventilation grille - adjustable
Dimensions 300/150 mm
6.00 No
2.3 Transfer grille
Dimensions 500/100 mm
5.00 No
2.4 Discharge air grille on facade
Dimensions 200/200 mm
1.00 No
2.5 Air ducts of galvanized steel sheets, rectangular - straight
and shaped
32.00 Sqm
2.6 Regulating duct damper 2.00 No
2.7 Fire damper 200/200 mm 4.00 No
2.8 Testing and commissioning of ventilation system 1.00 No
3. Supply Air System - Dining
3.1 Supply fan, ductable, incl. ON/OFF damper, el.board and
control
Air flow rate 6800 m3/h
Ext. pressure 300 Pa
1.00 No
3.2 Air heater, ductable, incl. cut-off valves and air bleed
Heating capacity 45.6 kW
Carrier - water 90/70°C
1.00 No
3.3 Frost protection system, including sensor, adjustable control
valve and electrical wiring
1.00 No
ANNEX A – FINANCIAL OFFER FORM
3.4 Air filter class G4 ductable
Air flow rate 6800 m3/h
1.00 No
3.5 Ductablesilancer
Dimensions 1100/400 mm
1.00 No
3.6 Supply ventilation grille - adjustable
Dimensions 800/200 mm
12.00 No
3.7 Fire damper 800/600 mm 1.00 No
3.8 Circulating pump for water 90/70°C, flow rate 2m3/h,
pressure 8 m H2O, including cut-off valves, non-return
valve and flexible connections
1.00 No
3.9 Air ducts of galvanized steel sheets, rectangular - straight
and shaped
65.00 sqm
3.10 Regulating duct damper 2.00 No
3.11 Rubber sheet insulation for ducts 65.00 Sqm
3.12 Testing and commisioning of ventilation system 1.00 No
3.13 Steel pipes DN 32 140.00 Lm
3.14 Steel knees DN 32 22.00 No
3.15 Pipe insulation for steel pipe DN 32 of close cell structure,
thickness 13 mm
150.00 Ml
3.16 Protection for pipe insulation of steel or AL sheet 70.00 sqm
III. RADIAOR HEATING
1. Heaters
1.1 Steel panel heater with automatic air bleed, thermostatic
valve, fixing elements
H = 300 mm
Heating capacity 2400 W
Carrier - water 90/70°C
6.00 No
1.2 Steel panel heater with automatic air bleed, thermostatic
valve, fixing elements
H = 500 mm
Heating capacity 1000 W
22.00 No
ANNEX A – FINANCIAL OFFER FORM
Carrier - water 90/70°C
1.3 Steel panel heater with automatic air bleed, thermostatic
valve, fixing elements
H = 600 mm
Heating capacity 3500 W
Carrier - water 90/70°C
2.00 No
2. Piping
2.1 Circulating pump for water 90/70°C, flow rate 1.5m3/h,
pressure 8 m H2O, including cut-off valves, non-return
valve and flexible connections
1.00 No
2.2 Steel pipes DN 32 100.00 Ml
2.3 Steel pipes DN 25 30.00 Ml
2.4 Steel pipes DN 20 16.00 Ml
2.5 Steel pipes DN 15 80.00 Ml
2.6 Steel knees DN 32 16.00 No
2.7 Steel knees DN 25 4.00 No
2.8 Steel knees DN 20 4.00 No
2.9 Steel knees DN 15 80.00 No
2.10 Steel tees 8.00 No
2.11 Pipe insulation for steel pipe DN 32 of close cell structure,
thickness 13 mm
100.00 Ml
2.12 Pipe insulation for steel pipe DN 25 of close cell structure,
thickness 13 mm
30.00 Ml
2.13 Pipe insulation for steel pipe DN 20 of close cell structure,
thickness 13 mm
16.00 Ml
2.14 Pipe insulation for steel pipe DN 15 of close cell structure,
thickness 13 mm
20.00 Ml
2.15 Protection for pipe insulation of steel or AL sheet 70.00 Sqm
Sub Total of D
PART- E : Kitchen equipments
ANNEX A – FINANCIAL OFFER FORM
1
Grill, electric, flat, stainless steel, used oil collection tray
inclusive, Pn= 8kW/400V/50÷60Hz 9 ( Dimensions
800x700x900 mm)
1.00 No
2
Grill, electric, riffle, stainless steel, used oil collection tray
inclusive, Pn= 8kW/400V/50÷60Hz ( Dimensions
800x700x900 mm)
1.00 No
3 Working table with under shelf, 400 mm, stainless steel (
Dimensions 400x700x900 mm)
2.00 No
4
Electric Cooker, four round electric plates and oven 2/1
GN; Pn=17.9kW/400V/50÷60Hz;( Dimensions
800x700x900 mm)
1.00 No
5 Working table, isle type, stainless steel, low shelf inclusive(
Dimensions 1400x400x850 mm)
2.00 No
6
Electric cooker, four round electric plates,
Pn=10.4kW/400V/50÷60Hz; ( Dimensions 800x700x900
mm)
2.00 No
7 Fryer 2x10 lt, electric, stainless steel, Pn=12kW/400V(
Dimensions 800x700x900 mm)
1.00 No
8 Hood isle type with stainless plate filters and lighting 220V
( Dimensions 3000x1600x450 mm)
1.00 No
9
Refrigerated cabinet,wall-adjacent, two compartment
cooler, stainless steel; Pn=0,4kw/220V ( Dimensions
1340x600x850 mm)
2.00 No
10 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 1100x600x850 mm)
1.00 No
11 Meat-slicer dia 250; Pn= 0,25 кW/220V; speed=300 rpm 1.00 No
12 Cutter 5 lt; Pn= 1,5 кW/220V ( Dimensions 305x380x530
mm)
1.00 No
13 Working table, wall-adjacent, stainless steel with under
shelf( Dimensions 2000x600x850 mm)
1.00 No
14 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 900x700x850 mm)
2.00 No
15
Frying pan, "turn-type", 60 lt, electric, manualy operated;
Pn=9kW/400V/50Hz, Water supply connector 3/4''; Sevage
connector dia 50 mm ( Dimensions 800x700x900 mm)
1.00 No
ANNEX A – FINANCIAL OFFER FORM
16
Steam cooker, indirectly heated, 60 lt,
electrical;Pn=9kW/400V/50÷60Hz;Water supply connector
3/4''; Sevage connector dia 50 mm ( Dimensions
800x700x900 mm)
1.00 No
17 Hood with stainless plate the wall filters and lighting 220V
( Dimensions 1800x900x450 mm)
1.00 No
18
Injection Combi steamer Oven, stainless steel,color screen
Touch screen control programs menu in Bulgarian,
automatic washing, registration system HACCP, capacity
10+1 GN-1/1 ; Pn=17,6kW/380V;Water supply connector
3/4''; Sevage connector dia 50 mm; Stop-cock ( Dimensions
933x863x104600 mm)
1.00 No
18.1 Combi oven stand; tray guiders inclusive stainless
1.00 No
19
Hooding wall-adjacent stainless steel with stainless plate
the wall filters and lighting 220V ( Dimensions
1000x1100x450 mm)
1.00 No
20 Tray troley 15 trays;1/1 GN, stainless steel ( Dimensions
385x550x17300 mm)
2.00 No
21 Stainless steel shelf on 4 levels with perforated shelves (
Dimensions 1170x630x1870 mm)
1.00 No
22 Working table, wall-adjacent with sink 600h500h300,
stainless steel ( Dimensions 1150x700x850 mm)
1.00 No
23 Wall-type shelf, stainless steel, console-type suspended (
Dimensions 1200x300x30 mm)
9.00 No
24 Microwave, console-type wall suspended; Pn=0.7kW/220V,
2pcs consoles(Dimensions 500х300х250 mm)
1.00 No
25 Working table, isle type, stainless steel, under shelf
inclusive (Dimensions 900х650х850 mm)
2.00 No
26 Bain Marie; wheeled; Capacity=3 GN 1/1;
Pn=1,35кW;220V(Dimensions 1170х650х850 mm)
2.00 No
27 Working cabinet table isle type, stainless with two shelves
under and sliding doors ( Dimensions 1400х700х850 mm)
2.00 No
ANNEX A – FINANCIAL OFFER FORM
28 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 2100х700х850 mm)
1.00 No
29
Refrigerated cabinet, stainless steel one door-type;
Capacity= 654 lt;GN 2/1, temperature range=0° ÷ + 10°C;
Pn= 0.75kW/220V 720х825х2100 ( Dimensions
720X825X2100 mm)
6.00 No
30 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 2100х600х850 mm)
1.00 No
31 Tray troley 16 trays; 400x600 mm, stainless steel (
Dimensions 470x620x1735 mm
1.00 No
32
Combi Oven for pastries,stainless steel, 6 trays 400x600
mm capacity; Pn=6,4kW/400V/50÷60Hz;Water supply
connector 3/4''; Sevage connector dia 50 mm( Dimensions
910x750x775mm
1.00 No
32.1 Combi Oven stand; tray guiders inclusive stainless steel 1.00 No
33
Hooding wall-adjacent stainless steel with stainless plate
the wall filters and lighting 220V (Dimensions
1000х900х451 mm)
1.00 No
34
Induction cooker, one electric plate,
Pn=3,5кW;220V/50÷60Hz; ( Dimensions 343x440x120
mm)
1.00 No
35 Working table, with sink 500х400х250 incusive, wall-
adjacent, stainless steel ( Dimensions 1750х600х850 mm)
1.00 No
36 Planetary mixer with three attachments, volume bass -20
Lt.; Pn=1.1kW/220V ( Dimensions 830х530х880 mm)
1.00 No
37
Vegetable slicer with 5 discs included, electric; Pn=
0,515kW/400V/230V/50Hz (Dimensions 280х510х460
mm)
1.00 No
38 Working table with two sinks 500х400х250, wall-adjacent,
stainless steel ( Dimensions 2500х600х850 mm)
1.00 No
39
Potato peeler machine, load capacity 10 kg.;
Pn=,0,75kW/220V;Water supply connector 3/4''; Sevage
connector dia 50 mm( Dimensions 400х770х870 mm)
1.00 No
39.1 Potato peeler stand with filter, stainless steel 1.00 No
40 Working table, with sink incusive, wall-adjacent, stainless
1.00 No
ANNEX A – FINANCIAL OFFER FORM
steel(Dimensions 1700х600х850 mm)
41 Working table, wall-adjacent, stainless steel with under
shelf ( Dimensions 1700х600х850 mm)
1.00 No
42 Meat-gringer capacity 160kg/h; Pn=0,75kW/400V (
Dimensions 420х250х436 mm)
1.00 No
43 Cutting bench, PE type top 40мм( Dimensions
600х600х850 mm)
1.00 No
44 Working table, one sink 500х400х250 incusive, wall-
adjacent, stainless steel ( Dimensions 250х600х850 mm)
1.00 No
45 Stainless steel shelf on 4 levels with perforated shelves (
Dimensions 1950х600х2000 mm
2.00 No
46 Working table, wall-adjacent, dishware reception, stainless
steel ( Dimensions 1600х600х850 mm)
1.00 No
47 Wheeled trash bin stainless steel 1.00 No
48 Working table, wall-adjacent, stainless steel, one side cut
(Dimensions 1500х600х850 mm)
1.00 No
49 Working table, wall-adjacent, stainless steel( Dimensions
1100х700х850 mm)
1.00 No
50
Input elemet to a dishwasher with 2 sinks,400h400h250,
stainless steel; Shower tap to input table(Dimensions
1150X700X850 mm)
1.00 No
51
Dish-washer, electrical,side loaded; Pn= 6,20
kW/400V/50Hz; Water supply connector 3/4''; Sevage
connector dia 50 mm, 500h500mm basket ( Dimensions
620х660х1440 mm)
1.00 No
52 Output element for dishwasher with extra shelf (
Dimensions 800х700х850 mm)
1.00 No
53 Troley for clean dishes, three shelves, stainless
steel(Dimensions 950х500х950mm)
2.00 No
54
Working cabinet,wall-adjacent, front sliding doors and
indoor-shelf,stainless steel( Dimensions 1600х700х850
mm)
1.00 No
55 Frezeer, two door-type GN 2/1; Capacity= 1432 lt;
temperature range=0° ÷ + 20°C;( Dimensions
3.00 No
ANNEX A – FINANCIAL OFFER FORM
1440х825х2120 mm)
56
Refrigerated cabinet, two door-type GN 2/1; Capacity=
1432 lt; temperature range=0° ÷ + 10°C;(Dimensions
1440х825х2120 mm)
5.00 No
57 Store shelf, 4 levels, galvanized steel ( Dimensions
1250х600х2000 mm)
2.00 No
58 Store shelf, 4 levels, galvanized steel( Dimensions
2000х600х2000 mm)
5.00 No
59 Electronic scale; Capacity=max 10 kg 5.00 No
60 Electronic scale; Capacity=max 150 kg 1.00 No
61 Neutral section for cutlery, trays and bread, stainless steel (
Dimensions 700х600х1250 mm)
1.00 No
62 Working table, wall-adjacent, stainless steel with under
shelf(Dimensions 1750х600х850)
1.00 No
63 Cabinet lock for detergents, stainless steel (Dimensions
600x450x850 mm)
1.00 No
Kitchen utensils
1 Knife Professional universal ( Dimension 210 mm) 10.00 no
2 Kitchen knife( Dimension 290 mm) 5.00 no
3 Sharpening blade 2.00 no
4 Scissors for chicken with a steel blade and a plastic handle 2.00 no
5 Cutting board white with vacuum feet( Dimension
450х300х12 mm)
5.00 no
6 Cutting board chicken-brown with vacuum feet (Dimension
450х300х12 mm)
1.00 no
7 Cutting board fish-blue with vacuum feet ( Dimension
450х300х12 mm)
1.00 no
8 Cutting board for meat red with vacuum feet ( Dimension
450х300х12 mm)
1.00 no
9 Cutting board vegetable green, with vacuum feet 1.00 no
ANNEX A – FINANCIAL OFFER FORM
10 Wire breaking 35 cm, stainless steel INOX 18/10 (
Dimension 350 mm)
2.00 no
11 Ladle 0.2 liters, of stainless steel INOX 18/10 ( Dimension
90 mm- 200 mm)
3.00 no
12 Ladle 0.25 liters, of stainless steel INOX 18/10 ( Dimension
100х250 mm)
3.00 no
13 Slotted spoon 10 cm stainless steel INOX 18/10 5.00 no
14 Turner 12/7 cm from the stainless steel INOX 18/10 5.00 no
15 Clip grill 30 cm stainless steel 3.00 no
16 Colander stainless steel INOX 18/10 with 3 mm holes 3.00 no
17 Conical strainer stainless steel INOX 18/10 ( Dimension
200 mm)
2.00 no
18 Sieve of stainless steel, diameter 30 cm 1.00 no
19 Standing Can-opener, clearance height of 55 cm 1.00 no
20 Peeler for fruits and vegetables with a sliding blade 4 cm (
Dimension GN 1/1)
2.00 no
21 Grid for oven stainless steel GN 1/1 10.00 no
22 Four-grater made of stainless steel INOX 18/10 1.00 no
23 Meat mallet 3.00 no
24 Press garlic 2.00 no
25 Turner perforated stainless steel INOX 18/10, a perforated,
with dimensions 8.5 x 8 cm, total length 33 cm
2.00 no
26 Casserole pan ( ( Dimension 320 mm) 4.00 no
27 Casserole pan ( Dimension 280 mm) 2.00 no
28 Stainless saucepan with lid ( Dimension 601 mm) 2.00 no
29 Stainless saucepan with lid ( Dimension 301 mm) no
30 Stainless saucepan with lid ( Dimension 201 mm) no
31 Stainless saucepan with lid ( Dimension101 mm) no
32 Container GN 1/1-4 ( Dimension GN 1/1) 6.00 no
33 Stainless steel container( Dimension GN - 1/1-20) 3.00 no
ANNEX A – FINANCIAL OFFER FORM
34 Stainless steel container ( Dimension GN - 1/1-40) 4.00 no
35 Stainless steel container 22.00 no
36 Stainless steel container ( DimensionGN - 1/1-100) 6.00 no
37 Stainless steel container ( DimensionGN - 1/1-150) 6.00 no
38 Stainless steel container ( DimensionGN - 1/1-200) 6.00 no
39 Stainless steel container (DimensionGN - 1/1-65) 6.00 no
40 Stainless steel container (DimensionGN - 1/1-100) 6.00 no
41 Stainless steel container (DimensionGN - 1/1-150) 6.00 no
42 Stainless steel container ( Dimension GN - 1/2-200) 11.00 no
43 Stainless steel container perforated ( Dimension GN - 1/1-
65)
11.00 no
44 Stainless steel container perforated ( Dimension GN - 1/1-
100)
6.00 no
45 Cover GN 1/1 6.00 no
46 Stainless steel container perforated ( Dimension GN - 1/2-
100)
6.00 no
47 Baking pan ( Dimension 600X400 mm) 12.00 no
48 Baking pan perforated (Dimension 600X400 mm) 6.00 no
49 Roller for cutting dough 1.00 no
50 Confectionery spatula ( Dimension 250 mm) 1.00 no
51 Confectionery spatula ( Dimension 150X80 mm) 1.00 no
52 Wooden rolling pin 50 cm, made of beech wood with a
diameter of 4 cm
1.00 no
53 Plastic storage box with lid 4lt 4.00 no
54 Plastic storage box with lid 6lt 4.00 no
55 Basket rack for dishwasher 6.00 no
56 Basket trays for dishwasher ( Dimension 500X500 mm) 6.00 no
57 Basket teacups for dishwasher 6.00 no
58 Cutlery basket dishwasher 4.00 no
ANNEX A – FINANCIAL OFFER FORM
59 Dishwasher basket base ( Dimension 500X500 mm) 2.00 no
Sub Total of E
Total of A+B+C+D+E
Grand Total in BGN or USD
1
UNHCR VENDOR REGISTRATION FORM – (Rev. Feb. 10)
Section 1: Company Details and General Information 1. Name of Company: 2. Street Address: 3. P.O. Box and Mailing Address: Postal Code: City: Country: 4. Tel: 5. Fax: 6. Email: 7. WWW Address: 8. Contact Name and Title: 9. Email: 10. Parent Company (Full legal / officially registered company name): 11. Subsidiaries, Associates - name, city, country (attach a List if necessary): 12. International Offices/Representation (Countries where the Company has local Offices/Representation): 13. Type of Business (Mark one only): Corporate/ Limited: Partnership: Other (specify): 14. Nature of Business: Manufacturer: Authorised Agent: Trader: Consulting Company: Other (specify): 15. Year Established: 16. Number of Full-time Employees: 17. Licence no./State where registered: 18. VAT No./Tax I.D: 19. Technical Documents available in: English French Spanish Russian Arabic Chinese Other (specify) _________________ 20. Working Languages: English French Spanish Russian Arabic Chinese Other (specify) _________________ Section 2: Banking Information
21. Bank Name: 22. Branch Name: 23. Branch Address: 24. Tel. number:
25. Fax number:
26. Bank Account Number: 27. Account Name: 28. Account currency: 29. Swift/Bank Identifier Code (BIC): 30. International Bank Account Number (IBAN): 31. Routing Bank details (if applicable): full details to be provided as per above If multiple bank accounts exist that may be relevant to UNHCR, please provide details for each account.
2
Section 3: Technical Capability and Information on Goods / Services Offered 32.. Quality Assurance Certification (e.g. ISO 9000 or Equivalent) (please provide a Copy of your latest Certificate): 33. For Goods only, do those offered for supply conform to National/International Quality Standards? Yes No 34. List below up to a maximum of ten (10) of your core Goods/Services offered: Description (one Line for each Item) National/International Quality Standard to which Item conforms Section 4: Experience 35. Annual Value of Total Sales for the last 3 Years: Year ______: USD___________ Year ______: USD___________ Year ______: USD___________ 36. Annual Value of Export Sales for the last 3 Years: Year ______: USD___________ Year ______: USD___________ Year ______: USD___________ 37. If available, please provide a copy of the company's latest annual or audited Financial Report. Please note that the latest audited financial report
may be requested in case of a contract with UNHCR. Do you have outstanding bankruptcy, judgment or pending legal action that could impair operating as a going concern? Yes No
If available, please provide Credit Rating by Dun and Bradstreet or equivalent:
38. Recent Contracts with the UN and/or other International Aid Organizations: Organization: Value: Year: Goods/Services Supplied: Destination: USD ________________________ _ USD ________________________ USD ________________________ USD ________________________ 39. To which Countries has your Company exported and/or managed Projects over the last 3 Years? Section 5: UN Global Compact Initiative 40. Is your company aware of the UN Secretary General’s Global Compact initiative, which can be viewed at http://www.unglobalcompact.org? Yes No If yes, have you signed up to this initiative or are you going to sign up to? Please state:
3
Section 6: Environment 41. Does your Company have a written Statement of its Environmental Policy? (If yes, please attach a Copy) Yes No 42. Write down the name, qualification and contact details of your company’s environmental focal point. Name: ______________________ Qualification: ____________ Telephone: ______________________ Email: _________________ 43. Does your organisation hold any accreditation such as ISO 14001 related to the environment? Yes No If yes, please attach a copy. Section 7: Anti Personnel Mines 44. By signing this VRF, potential vendor warrants and represents that neither it, its parent entities (if any), nor any of its subsidiary or affiliated entities (if any) is engaged in the sale or manufacture, either directly or indirectly, of anti-personnel mines or any components produced primarily for the operation thereof. Please confirm by answering Yes or No below. Yes No Any breach of this clause may lead to the termination of all contracts your Company may have with UNHCR and removal from the approved vendor database. Section 8: Child Labour 45. By signing this VRF, potential vendor warrants and represents that it is not engaged in any practice inconsistent with the Rights set forth in the Convention on the Rights of Child which requires that a child shall be protected from performing any work that is likely to be hazardous or to interfere with the child’s education or to be harmful to the child’s health and physical, mental, spiritual, moral or social development. Do you agree with this? Yes No Any breach of this clause may result in the termination of all contracts your Company may have with UNHCR and removal from the approved vendor database.
Section 9: Official not to benefit
46. By signing this VRF, potential vendors confirm that they have read, understood and will comply with the UNHCR policy on the “zero tolerance” that strictly prohibits the acceptance of any type of gift and/or hospitality by UN staff members participating in the procurement process. Please confirm. Yes No Any breach of this clause may lead to the termination of all contracts your Company may have with UNHCR and removal from the approved vendor database. Section 10: Others 47. Please list any Disputes your Company has been involved in with UN Organizations over the last 3 Years: 48. List any National or International Trade or Professional Organizations of which your Company is a Member. 49. Is your company already registered with the United Nations Global Marketplace (UNGM)? If so, please provide registration number.
50. Certification: I, the undersigned, hereby accept the UNHCR General Conditions, a copy of which has been provided to me, and warrant that the information
provided in this form is correct and, in the event of changes, details will be provided as soon as possible: 51. Self Declaration: I, the undersigned, declare that: (a) Our company is not involved in any fraudulent or corrupt activities and has not been in the past, and is not currently under any investigation for
any such activities which would render our company unsuitable for business dealing with UNHCR. (b) Our company is not on, or associated with a company or individual, groups, undertakings and entities that are on the consolidated list
established and maintained by the committee established by the UN Resolution No. 1267 (www.un.org/sc/committees/1267/consolist.html). (c) Our company is not on, or associated with a company or individual that are subject to the list of Independent Inquiry Committee into United
Nations Oil-for-food programme (www.iic-offp.org). (d) Our company is not currently removed, invalidated or suspended by any other UN Headquarters, or Field Offices or any other UN Agencies
(including the World Bank) Name: Functional Title: Signature: Date:
4
Please mail completed form to*: United Nations High Commissioner for Refugees
Procurement Management & Contracting Service HQSF00 Head, Procurement Management & Contracting Service
Ipoly utca 5a/b/c 1133 Budapest
Hungary
*Registration form to be returned to the relevant UNHCR Office
Companies that are registered with UNHCR and that have no purchase history over three years shall be inactivated. UNHCR may require new registration documentation from suppliers in case new business opportunity appears.
INSTRUCTIONS FOR COMPLETION The form should be typewritten in uppercase and completed clearly and accurately ensuring that all questions are answered. The numbers below correspond to item numbers on the registration form: Section 1:
1. Full name of company.
2. Full street address.
3. Full mailing address (including P.O. Box, if any).
4. Telephone number, including correct country and area codes.
5. Fax number, including country and area codes.
6. Email address.
7. WWW Address.
8. Provide name of person (including title) or department to whom correspondence should be addressed.
9. Provide email address of contact person.
10. Full legal name of parent company, if any.
11. Please provide, on a separate sheet if necessary, names and addresses of all subsidiaries & associates if any.
12. Please provide countries where the company has local offices or representation.
13. Please tick one box. If other; please specify.
14. Please tick one box. If other; please specify. If the company is a manufacturer of some products and a trader/agent of others which they do not manufacture, both boxes should be ticked.
15. Indicate the year in which the organization was established under the name shown in Item 1.
16. Indicate the total number of full-time personnel in the company.
17. Provide the license number under which the company is registered, or the State where it is registered.
18. Provide the VAT number or Tax I.D. of the company.
19. Please tick the boxes for which languages the company is able to provide technical documents. Please specify other languages.
20. Please tick the boxes for which languages the company is able to work in. Please specify other languages.
Section 2:
21. Full name of bank.
22. Name of branch.
23. Address where branch is located.
24. Telephone number, including correct country and area codes.
25. Fax number, including country and area codes.
26. Number of the company account.
27. Name in which the account is held (important: this should be the company name).
28. Currency of the account.
5
29. Swift code for the account.
30. International Bank Account Number (IBAN).
31. Should a routing be required for international payments, please provide full details of intermediate bank(s).
Section 3:
32. List any Quality Assurance Certificates (e.g. ISO 9000 series) that have been issued to your company and provide a copy of the latest certificates.
33. Indicate whether the company's products conform to national/international standards. If yes please attach copies of the certificates.
34. Please list up to 10 of the core goods/services offered. For each item, list the National/International Quality Standard to which it conforms.
Section 4:
35. Provide the total annual sales for the organization for the last 3 financial years in USD.
36. Provide the total export sales for the organization for the last 3 financial years in USD. 37. Please provide a copy of your most recent annual report or audited financial report. Please tick ‘yes’ or ‘no’ to reflect whether your company has
any outstanding bankruptcy, judgment or pending legal action that could impair operating as a going concern? If available, provide a rating by Dun and Bradstreet or equivalent (specify which).
38. Enter the name(s) of UN organizations which your company has dealt with recently. Provide the value and the year of the contract, the goods/services supplied and the country of destination of each contract. If you have had more than 5 of such contracts, please attach a separate sheet indicating the others. Documentary evidence of such contracts may be required, e.g. copies of purchase orders. Organizations in the UN system are: UN; UNCTAD; UNEP; UNCHS(Habitat); UNICEF; UNDP; WFP; UNHCR; UNRWA; UNFPA; UNOPS; UNU; ILO; FAO; UNESCO; ICAO; WHO; WB; IMF; UPU; ITU; WMO; IMO; WTO; WIPO; IAPSO; IFAD; UNIDO; IAEA; ITC; ECA; ECE; ECLAC; ESCAP; ESCWA.
39. List export markets, in particular, all developing countries to which your company has exported over the last 3 years.
Section 5:
40. Please confirm if your company is aware of the UN Global Compact Initiatives – ten universally accepted principles of Human Rights, Labour, Environment and Anti-Corruption – by marking Yes or No. Also, please state if you have signed up to this initiative or you intend to do so.
Section 5:
41. The Earth Summit, held in Rio de Janeiro in 1992, emphasised the necessity to protect and renew the earth's limited resources. Agenda 21 was adopted by 178 governments and lays an emphasis for the UN to exercise leadership, i.e. towards promoting environmental sensitive procurement policies for goods and services. Please indicate whether your company has a written statement of its Environmental Policy and, if so, please provide a copy.
42. Provide the name, qualification and contact details (e-mail and telephone) of your environmental focal point.
43. Please indicate if your organisation holds any accreditation such as ISO 14001 related to the environment. If so, please enclose copies of such certification.
Section 7:
44. UNHCR expects all suppliers with whom it does business with to obey with the non-engagement in the sale or manufacture of anti-personnel mines or components utilized in the manufacture of anti-personnel mines. Please mark yes if you are in agreement and no if otherwise.
Section 8:
45. UNHCR expects all suppliers with whom it does business with to obey with the non-engagement in any practice inconsistent with the rights set forth in the Convention on the Rights of the Child, the International Labour Organization (ILO) Minimum Age Convention or the Prohibition and Immediate Elimination of the Worst Forms of Child Labour Convention. Please mark yes if you are in agreement and no if otherwise.
Section 9:
46. Official benefits: UNHCR adopted “zero tolerance” policy that strictly prohibits the acceptance of any type of gift and/or hospitality by UN staff members participating in the procurement process. Please confirm your acceptance by answering Yes or No if otherwise.
Section 10:
47. List all disputes with UN organizations which your organization has been involved in over the last 3 years. If more space is required, please use a separate sheet.
48. Provide details of all national and international trade or professional organizations to which your company belongs.
49. UNHCR accepts UNGM-registered companies into its database, subject to submitting a hardcopy of a complete set of vendor registration form with necessary attachments. The registration number provided by UNGM should be given.
6
50. Please read carefully the enclosed UNHCR General Term and Conditions, as signing of the form signifies acceptance. The form should be signed by the person completing it and their name and title should be typed, along with the date.
51. Please sign a self declaration stating that:
(a) Your company is not involved in any fraudulent and corrupt activities and has not been in the past, and is not currently under any investigation for such activities which would render your company unsuitable for business dealing with UNHCR.
(b) Your company is not on, or associated with a company or individual, groups, undertakings and entities that are on the consolidated list established and maintained by the committee established by the UN Resolution No. 1267 (www.un.org/sc/committees/1267/consolist.html)
(c) Your company is not on, or associated with a company or individual that are subject to the list of Independent Inquiry Committee into United Nations Oil-for-food programme (www.iic-offp.org)
(d) Your company is not currently removed, invalidated or suspended by the UN Headquarters or any of its field offices or any other UN agency Headquarters or any of their field offices.
UN Supplier Code of Conduct Rev.04 – January 2011
Page 1
UN SUPPLIER CODE OF CONDUCT UN Charter: The values enshrined in the United Nations (UN) Charter, respect for fundamental human rights, social justice and human dignity, and respect for the equal rights of men and women, serve as the overarching goals that suppliers to the UN are expected to achieve. Global Compact: At the World Economic Forum, Davos, on 31 January 1999, the UN Secretary-General challenged world business leaders to "embrace and enact" the Global Compact, both in their individual corporate practices and by supporting appropriate public policies. The Global Compact’s operational phase was launched at UN Headquarters in New York on 26 July 2000. During the first Global Compact Leaders Summit, held on 24 June 2004 at UN Headquarters in New York, the Secretary-General announced the addition of a tenth principle against corruption. The Global Compact is a voluntary international corporate citizenship network initiated to support the participation of both the private sector and other social actors to advance responsible corporate citizenship and universal social and environmental principles to meet the challenges of globalization. The United Nations strongly encourages all suppliers to actively participate in the Global Compact. And to that end, this Code has been developed with recognition of the importance of the ten principles of the UN Global Compact, and is viewed as an important means of integrating the Compact’s principles into the operations of the UN. The Code addresses the issues included in the Compact in the areas of human rights, labour, environment and anti-corruption and interpretation of the Code should be undertaken in a manner consistent with the Global Compact. Suppliers interested in supporting the Global Compact and for more information on the ten principles, can visit the Global Compact website at www.unglobalcompact.org. International Labor Organization (ILO) Core Labor Conventions: The Labour Conventions as established by the tripartite UN affiliated agency, the ILO, have served as the foundation on which much of this Code of Conduct is based. It is the UN’s expectation that any supplier providing products or services to the UN, will adhere to the spirit of its Charter, and the core principles of the ILO Conventions. The full text of the ILO Conventions can be accessed by accessing the ILO electronic database1. Continuous Improvement: The provisions as set forth in this Code of Conduct provide the minimum standards expected of suppliers to the UN. It is the expectation of the UN that suppliers adhere to all laws, rules and regulations, and strive to exceed both international and industry best practices. The UN recognizes that reaching the standards established in this Code of Conduct is a dynamic rather than static process and encourages suppliers to continually improve their workplace conditions. Monitoring and Evaluation: The UN may conduct on-site evaluations and inspections of its supplier’s facilities and those of their subcontractors to review their progress towards these principles. It is the expectation of the UN that suppliers, at a minimum, have established clear goals toward meeting the standards set forth in this Code of Conduct. The UN may monitor that milestones have been set and management systems have been put in place to ensure that the principles set out in this Code of Conduct have been met and failure to do so may impact the future ability of a supplier to do business with the UN. Notwithstanding the aspirational character of the principles contained in this Code of Conduct, UN Suppliers must understand that if they are awarded a contract with the United Nations, the United Nations General Conditions of Contract are an essential part of UN contracts and, therefore, legally enforceable against UN contractors.
1 www.ilo.org/ilolex/english/convdisp2.htm.
UN Supplier Code of Conduct Rev.04 – January 2011
Page 2
1. Supplier Relationships: The provisions of this Code of Conduct set forth the expectations of all suppliers with whom the UN does business. The UN expects that these principles apply to suppliers, parent entities and subsidiary or affiliate entities, as well as all others with whom they do business including employees, subcontractors and other third-parties. The UN expects that suppliers ensure that this Code of Conduct is communicated to the employees and subcontractors of all suppliers, and that it is done in the local language and in a manner that is understood by all.
2. Promoting the Principles of this Code of Conduct: The UN expects that its suppliers will
establish and maintain appropriate management systems whose scope is related to the content of this Code of Conduct, and that they actively review, monitor and modify their management processes and business operations to ensure they align with the principles set forth in this Code of Conduct. All principles contained in this Code of Conduct are of equal importance independently of their order of appearance. Supplier participants in the Global Compact are strongly encouraged to operationalize its principles and to annually communicate their progress to stakeholders.
3. Subcontracting: The UN expects that its suppliers encourage and work with their own suppliers
and subcontractors to ensure that they also strive to meet the principles of this Code of Conduct or equivalent set of principles.
Labour: 4. Freedom of Association and Collective Bargaining: The UN expects its suppliers to recognize
and respect the rights of employees to freely associate, organize and bargain collectively in accordance with the laws of the countries in which they are employed, as well as core ILO conventions Freedom of Association and Protection of the Right to Organise Convention, (C 87, 1948) and Right to Organise and Collective Bargaining Convention, (C.98-1949). The UN recognizes the importance of open communication and direct engagement between workers and management and suppliers are to respect the rights of workers to associate freely and communicate openly with management regarding working conditions without fear of harassment, intimidation, penalty, interference or reprisal.
5. Forced Labor: The UN expects its suppliers to prohibit any use of forced, bonded or indentured
labor or involuntary prison labor, and embrace employment practices consistent with ILO conventions pertaining to forced labor: Forced Labour Convention, (c.29-1930) and Abolition of Forced Labour Convention, (C.105-1957). All work, including overtime work, will be voluntary and workers should be free to leave upon reasonable notice. Suppliers should also not mandate that workers hand over government-issued identification; passports or work permits as a condition of employment.
6. Child Labor: The UN expects its suppliers, at a minimum, not to engage in any practice inconsistent
with the rights set forth in the Convention on the Rights of the Child, the ILO Minimum Age Convention (C.138-1973) or the Prohibition and Immediate Elimination of the Worst Forms of Child Labor Convention (C. 182-1999). The minimum admission to employment or work shall not be less than the age of completion of compulsory schooling, normally not less than 15 years or 14 where the local law of the country permits, deferring to the greatest age. Additionally, all young workers must be protected from performing any work that is likely to be hazardous or to interfere with the child’s education or that may be harmful to the child’s health, physical, mental, social, spiritual or moral development. All suppliers should also adhere to legitimate workplace apprenticeship programs and comply with all laws and regulations governing child labor and apprenticeship programs.
7. Discrimination: The UN does not tolerate any form of discrimination in hiring and employment
practices on the ground or race, color, religion, gender, sexual orientation, age, physical ability, health condition, political opinion, nationality, social or ethnic origin, union membership or marital status.
UN Supplier Code of Conduct Rev.04 – January 2011
Page 3
Consistent with the principles espoused in ILO Conventions on Discrimination (Discrimination (Employment and Occupation) Convention, C.111-1958) and Equal Remuneration (Equal Remuneration Convention, C. 100-1951), the UN also discourages discrimination regarding access to training, promotion, and rewards.
8. Working Hours: The UN expects its suppliers to comply with all applicable working hour
requirements as established by local law, and should never exceed 60 hours per week, including overtime, except in emergency or unusual situations. Suppliers must ensure that all overtime work is voluntary and compensated at the prevailing overtime rates. Suppliers are encouraged to ensure that workers are provided with one day off in every seven-day week.
9. Compensation: The UN expects its suppliers to comply, at a minimum, with all wage and hour laws
and regulations, including those pertaining to minimum wages, overtime wages, piece rates, other elements of compensation and to provide legally mandated benefits
Human Rights: 10. Human Rights: The UN expects its suppliers to support and respect the protection of
internationally proclaimed human rights and to ensure that they are not complicit in human rights abuses.
11. Harassment, Harsh or Inhumane Treatment: The UN expects its suppliers to create and
maintain an environment that treats all employees with dignity and respect and will not use any threats of violence, sexual exploitation or abuse, verbal or psychological harassment or abuse. No harsh or inhumane treatment coercion or corporal punishment of any kind is tolerated, nor is there to be the threat of any such treatment.
12. Health and Safety: The UN expects its suppliers to follow all relevant legislation, regulations and
directives in country in which they operate to ensure a safe and healthy workplace or any other location where production or work is undertaken. At a minimum, suppliers should strive to implement recognized management systems and guidelines such as the ILO Guidelines on Occupational Safety and Health (ILO-OSH-2001) which can be found at ILO's website2 and ensure at a minimum, reasonable access to potable water and sanitary facilities; fire safety; emergency preparedness and response; industrial hygiene; adequate lighting and ventilation; occupational injury and illness and machine safeguarding. Suppliers will also ensure these same standards apply to any dormitory or canteen facilities.
13. Mines: We expect UN suppliers to strive not to engage in the sale or manufacture of anti-personnel mines or components utilized in the manufacture of anti-personnel mines.
Environment: 14. Environmental: The UN expects its suppliers to have an effective environmental policy and to
comply with existing legislation and regulations regarding the protection of the environment. Suppliers should wherever possible support a precautionary approach to environmental matters, undertake initiatives to promote greater environmental responsibility and encourage the diffusion of environmentally friendly technologies implementing sound life-cycle practices.
2 www.ilo.org/public/english/protection/safework/managmnt/guide.htm
UN Supplier Code of Conduct Rev.04 – January 2011
Page 4
15. Chemical and Hazardous Materials: Chemical and other materials posing a hazard if released to the environment are to be identified and managed to ensure their safe handling, movement, storage, recycling or reuse and disposal.
16. Wastewater and Solid Waste: Wastewater and solid waste generated from operations, industrial
processes and sanitation facilities are to be monitored, controlled and treated as required prior to discharge or disposal.
17. Air Emissions: Air emissions of volatile organic chemicals, aerosols, corrosives, particulates, ozone
depleting chemicals and combustion by-products generated from operations are to be characterized, monitored, controlled and treated as required prior to discharge.
18. Minimize Waste, Maximize Recycling: Waste of all types, including water and energy, are to be
reduced or eliminated at the source or by practices such as modifying production, maintenance and facility processes, materials substitution, conservation, recycling and re-using materials.
Bribery & Corruption: 19. Corruption: The UN expects UN suppliers to adhere to the highest standard of moral and ethical
conduct, to respect local laws and not engage in any form of corrupt practices, including extortion, fraud, or bribery, at a minimum.
20. Conflict of Interest: UN suppliers are expected to disclose to the UN any situation that may appear
as a conflict of interest, and disclose to the UN if any UN official or professional under contract with the UN may have an interest of any kind in the supplier's business or any kind of economic ties with the supplier.
21. Gifts and Hospitality: The UN has a “zero tolerance” policy and does not accept any type of gift or
any offer of hospitality. The UN will not accept any invitations to sporting or cultural events, offers of holidays or other recreational trips, transportation, or invitations to lunches or dinners. The UN expects UN suppliers not to offer any benefit such as free goods or services or a work position or sales opportunity to a UN staff member in order to facilitate the suppliers business with the UN.
22. Post employment restrictions: Post-employment restrictions apply to UN former staff members
and to staff in service who participated in the procurement process, as well as to UN suppliers. For a period of one year following separation from service, former staff members are prohibited from seeking or accepting employment, from a UN supplier. Staff members in service must also refrain from accepting any future employment from a UN supplier, with whom they have been involved with. In case of violations of these provisions, UN Suppliers may be subject to having their registration as a qualified supplier with the United Nations barred, suspended or terminated.
We encourage UN suppliers to communicate to us any actions taken to improve its business practices and to send us suggestions about how can the UN best contribute to the implementation of the principles set out in this Code of Conduct. Contacts: Any questions related to this Code of Conduct can be addressed to the Director, Procurement Division.
Legal Affairs Section Model Contract for the Provision of Mixed Goods and Services – DRAFT 1. 12 Nov 2010
CONTRACT
between
The Office of the United Nations High Commissioner for Refugees 94 rue de Montbrillant, 1202 Geneva, Switzerland
(hereinafter referred to as “UNHCR”)
and
[NAME & ADDRESS]
(hereinafter referred to as the “Contractor”)
Preambles and Object of the Contract
WHEREAS, UNHCR wishes to purchase [type of goods] and to retain the Contractor
to [insert brief description of nature of services] in accordance with the terms and
conditions set forth in this Contact;
WHEREAS, the Contractor represents that it is qualified, ready, able and willing, and
possesses the necessary expertise, qualified personnel, facilities, equipment, tools,
insurance and other mean, to provide these services in accordance with the terms and
conditions set forth in this Contract;
[WHEREAS, – insert any other information relevant to the background for
establishing this contract, e.g. previous contract that this supersedes/flows from]
NOW THEREFORE, in consideration of the mutual promises and subject to the
terms and conditions contained herein, UNHCR and the Contractor (collectively
referred to as “the Parties”) agree as follows:
Article 1 – Contract Documents
1.1 This document, together with the other named documents referred to below and
attached as Annexes hereto constitute the entire Contract (the “Contract”) between
UNHCR and the Contractor:
Annex A: UNHCR General Conditions of Contract for Goods and Services (2010
revision)
Annex B: [UNHCR tender document]
Annex C: [Contractor’s bidding document]
Legal Affairs Section Model Contract for the Provision of Mixed Goods and Services – DRAFT 1. 12 Nov 2010
[Add any other relevant document based on which UNHCR is contracting with the
Contractor, e.g. performance bond, release form, Description of
Services and Deliverables, Specification of Goods…]
1.2 The documents constituting the Contract are complementary of one another, but in
case of ambiguities, discrepancies or inconsistencies among them, the following
order of priority shall apply:
(a) this Document
(b) Annex A (UNHCR General Conditions of Contract)
(c) [insert any other relevant document such as Annex XX Description of Services
and Deliverables or Annex XXX Specifications of Goods]
(d) Annex B (UNHCR tender document); and
(e) Annex C (Contractor’s bidding document).
[Modify order of priority above as appropriate – usually the Contractor’s offer is of
lower priority]
1.3 This Contract embodies the entire agreement of the Parties with regard to the
subject-matter hereof and supersedes all prior representations, agreements,
contracts and proposals, whether written or oral, by and between the Parties on
this subject. No promises, understandings, obligations or agreements, oral or
written, relating to the subject-matter hereof exist between the Parties except as
herein expressly set forth.
1.4 Any document or receipt issued in connection with this Contract shall be
consistent with and subject to the terms and conditions of this Contract and, in
case of any inconsistency, the terms and conditions of this Contract shall prevail.
Article 2 – Contract Term
2.1 This Contract shall take effect on [date][the date both Parties have signed this
Contract or, if the Parties have signed it on different dates, the date of the latest
signature] (the “Effective Date”).
2.2 This Contract shall remain in effect until [satisfactory completion of the
Services (as defined below) and delivery of the Good (as defined below)]1 / [insert
date] / [the date falling [insert period of time] after the Effective Date], unless
terminated earlier in accordance with the terms of this Contract.
2.3 [UNHCR may, at its sole option, extend the terms of this Contract, under the
same terms and conditions as set forth in this Contract, for a maximum of [insert
number of additional period(s)] periods of up to [insert time period] each, provided
1 Note: If contract is to last until the goods and/or services are fully delivered, then include the words
“satisfactory completion of the Services (as defined below) and delivery of the Goods (as defined
below)” only. If the contract is to last until a given date or for a given period, after which the
Contractor is no longer due to be hired by UNHCR, then remove the words “satisfactory completion of
the Services (as defined below) and delivery of the Goods (as defined below)” and specify the given
date or period.
Legal Affairs Section Model Contract for the Provision of Mixed Goods and Services – DRAFT 1. 12 Nov 2010
that UNHCR provides written notice of its intention to do so at least [number of days]
days prior to the expiration of the then current term of the Contract].
Article 3 – Scope of Contractor’s obligations
3.1 Upon UNHCR’s request by way of a purchase order issued separately and
pursuant to this Contract, the Contractor will supply [amount] of [type of goods] as
described in the [name of document which includes the goods specifications] (the
“Goods”). The Contractor shall supply the specified quantities of Goods specified in
the relevant purchase order(s).
3.2 Upon UNHCR’s request by way of a purchase order issued separately and
pursuant to this Contract, the Contractor will perform and carry out [the duties and
responsibilities for UNHCR as set out in the Description of Services and Deliverables
attached as Annex [XX], which is hereby incorporated by reference]/[the following
duties:
Describe services] (the “Services”).
3.3 The Contract shall deliver the Goods [at [specify location of UNHCR office or
warehouse] or [such location as may be specified in the relevant purchase order]] /
[specify Incoterm and location if the goods are not due to be delivered at UNHCR’s
office or warehouse] / [to the freight forwarding agent specified by UNHCR in the
relevant purchase order].
3.4 [The Contractor acknowledges and agrees that UNHCR may inspect the
Goods prior to delivery, at the Contractor’s Cost. The inspection of the Goods prior
to delivery shall not substitute for the inspection of Goods after delivery to UNHCR.]2
3.5 The Goods shall be delivered within [specify period of time] of receipt by the
Contractor of the relevant purchase order. [Insert any special packaging requirements
of UNHCR]3 [Specify any specific delivery documents required by UNHCR]
4
3.6 The Services shall be delivered [insert time period or frequency].
3.7 The Contractor shall provide UNHCR with written evidence of delivery of the
Goods pursuant to this Contract. Such evidence of delivery shall, at a minimum,
consist of [certificate of conformity] [shipping documentation including bill of
lading/airwaybill] [state any other documentary evidence required].
2 Note: It is important to include this provision only if UNHCR actually intends to inspect the goods
before delivery to UNHCR (e.g. checks at factory or in transit). Per the General Conditions (Article
7.2), including this provision imposes on the Contractor the obligation to notify UNHCR when the
goods are ready for pre-delivery inspection. This may result in delay, storage or demurrage costs
which ought not to be incurred unless UNHCR intends to inspect the goods. 3 Note: insert packaging details only if UNHCR has special requirements. Otherwise, do not specify
any packaging requirement as the General Conditions of Contract for Mixed Goods and Services places
the onus on the supplier to package the goods with the highest standards of export packaging for the
type of goods. 4 Specify any special requirement of UNHCR, if documents other than customary documents (which
are already required under the General Conditions) are needed.
Legal Affairs Section Model Contract for the Provision of Mixed Goods and Services – DRAFT 1. 12 Nov 2010
3.8 In the event that the purchase order issued by UNHCR does not conform to the
terms hereof or does not contain all the information required to fulfil the order, the
Contractor shall promptly contact UNHCR [specify 2 contact persons] to clarify the
information.
3.9 [Except as otherwise provided in this Contract,]5 the Contractor undertakes to
provide, at its own expense, all personnel, equipment, supplies, materials, tools,
transportation and other facilities required for the performance and completion of the
Services.
3.10 The Contractor shall ensure that it and its personnel shall perform the Services
with the necessary care and diligence, and in accordance with the highest professional
standards.
Article 4 – Responsibilities of UNHCR
4.1 If access to UNHCR’s premises is required to perform and complete the
Services, UNHCR shall provide the Contractor’s personnel the necessary security
passes and access to areas necessary for the performance of the Services.
4.2 The Contractor acknowledges that UNHCR shall have no obligation to
provide any assistance to the Contractor in performing the Services other than
expressly set forth [herein]/[in Annex xx]6.
Article 5 – Purchase orders; contract price and payment terms
5.1 UNHCR shall issue to the Contractor a purchase order promptly after the
Effective Date, in the amount of the Contract Price (as defined below). [If successive
purchase orders are issued, e.g. stop/go contract, specify frequence and conditions
when UNHCR will issue purchase orders]
5.2 In full consideration for the complete, satisfactory and timely performance by
the Contractor of all its obligations under this Contract, UNHCR shall pay the
Contractor a fee not to exceed [insert amount] (the “Contract Price”).
5.3 Payments made by UNHCR to the Contractor shall be paid to [such account of
the Contractor as the Contractor shall notify to UNHCR in writing]/[the following
account:
Bank:
Account Name:
Account number:]
5.4 [Subject to satisfactory performance of the Services, the Contractor shall issue
invoices to UNHCR as follows:
5 Note: If UNHCR is to provide assistance to the Contractor (e.g. personnel knowledge or equipment,
or facilities), this should be specified in detail and added as a separate clause in the Contract or
otherwise identified by specific reference to the relevant provision of an Annex – e.g. in UNHCR’s
tendering document or the Contractor’s offer document). 6 See footnote 5 above.
Legal Affairs Section Model Contract for the Provision of Mixed Goods and Services – DRAFT 1. 12 Nov 2010
[specify milestones or time schedule against which payment is payable]7
OR :
[The Contractor shall issue an invoice to UNHCR upon delivery of the
Goods.]8
5.5 Each of the Contractor’s invoices shall clearly bear reference to the purchase
order number to which the invoice relates.
5.6 The Contract Price is an all-inclusive amount, and the Contractor,
acknowledging that incurring costs in excess of those budgeted by UNHCR is subject
to the UNHCR Financial Rules and Regulations, shall not do any work, or permit any
work to be done, which would result in any payment or payments by UNHCR of any
amount in excess of the Contract Price, without a prior valid amendment to the
Contract.
5.7 The Contractor acknowledges and agrees that UNHCR may withhold payment
in respect of all or part of an invoice in the event that, in the opinion of UNHCR, the
Contractor has not performed its obligations in accordance with the terms of the
Contract [or if the Contractor has not provided [specify any documentation, e.g. bill of
lading, which the Contractor should provide to UNHCR together with the invoices].
5.8 In addition to any other rights and remedies available to it, UNHCR shall have
the right, without prior notice to the Contractor (any such notice being waived by the
Contractor), upon any amount becoming due and payable hereunder to the Contractor,
to set-off any payment, indebtedness or other claim (including, without limitation, any
overpayment made by UNHCR to the Contractor or any claim for loss or damage to
UNHCR property) owing by the Contractor to UNHCR hereunder or under any other
agreement between the Parties. UNHCR shall promptly notify the Contractor of such
set-off and the reasons therefore, provided, however, that the failure to give such
notice shall not affect the validity of such set-off.
5.9 If UNHCR disputes any invoice or a portion thereof, UNHCR shall notify the
Contractor accordingly, including a brief explanation of why UNHCR disputes the
invoice or portion thereof. With respect to disputes regarding only a portion of the
invoice, UNHCR shall pay the Contractor the amount of the undisputed portion within
30 days of receipt of the Contractor’s invoice9. UNHCR and the Contractor shall
consult in good faith to promptly resolve outstanding issues with respect to a disputed
invoice. Once a dispute regarding an invoice or a portion thereof has been resolved,
7 Note: include only if payment is due to be paid in tranches.
8 Note: include if the Services & Goods are to be invoiced and paid at the end of the contract when the
goods have been delivered. The General Conditions of Contract will apply (payment within 30 days of
receipt of Contractor’s invoice for the goods / Services – ie. UNHCR pays the full contract price upon
delivery/acceptance of the goods & full provision of the Services). 9 Note: see footnotes 7 and 8 above. The UNHCR General Conditions of Contract provide that invoices
shall be paid by UNHCR within 30 days from receipt of the Contractor’s invoice - if different payment
terms apply, the language in this clause must be adjusted.
Legal Affairs Section Model Contract for the Provision of Mixed Goods and Services – DRAFT 1. 12 Nov 2010
UNHCR shall pay to the Contractor the relevant amount (if any) within 30 days10
from the date of resolution of such dispute.
5.10 The Contractor shall not be entitled to interest on any late payment or any
sums payable under this Contract nor any accrued interest on payments withhold by
UNHCR that are subject to a dispute.
5.11 Payments made in accordance with this Article shall constitute a complete
discharge of UNHCR’s obligations with respect to the relevant invoice or portion
thereof.
5.12 Payments effected by UNHCR shall not relieve the Contractor of its
obligations under this Contract and shall not be deemed an acceptance by UNHCR of
the Contractor’s performance.
Article 6 – Review; improper performance
6.1 UNHCR reserves the right to review all Services performed by the Contractor
under this Contract, to the extent practicable, at all reasonable places and times during
the term of this Contract. UNHCR shall perform such review in a manner that will
not unduly hinder the performance of the Services by the Contractor. The Contractor
shall cooperate with all such reviews by UNHCR, at no cost or expense to UNHCR.
6.2 If any Services performed by the Contactor do not conform to the
requirements of this Contract, without prejudice to and in addition to any of
UNHCR’s rights and remedies under this Contract or otherwise, UNHCR shall have
the options, to be exercised in its sole discretion:
(a) If UNHCR determines that the improper performance can be remedied by
way of re-performance or other corrective measures by the Contractor,
UNHCR may request the Contractor in writing to take, and the Contractor
shall take, at no cost or expense to UNHCR, the measures necessary to re-
perform or take other appropriate actions to remedy the improperly
performed Services within [insert number] days of receipt of the written
request from UNHCR or within such shorter period as UNHCR may have
specified in the written request if emergency conditions so require, as
determined by UNHCR in its sole discretion.
(b) If the Contractor does not promptly take corrective measures or if UNHCR
reasonably determines that the Contractor is unable to remedy the
improper performance in a timely manner, UNHCR may obtain the
assistance of other entities or persons and have corrective measures taken
at the cost and expense of the Contractor. In addition, in the event of
UNHCR’s obtaining the assistance of other entities or persons, the
Contractor shall cooperate with UNHCR and such entity or person in the
orderly transfer of any Services already completed by the Contractor.
10
Note: same comment as footnote 9 above.
Legal Affairs Section Model Contract for the Provision of Mixed Goods and Services – DRAFT 1. 12 Nov 2010
(c) If UNHCR determines, in its sole discretion, that improper performance
cannot be remedied by re-performance or other corrective measures by the
Contractor, UNHCR may terminate the Contract in accordance with
Article 15.1 of UNHCR’s General Conditions of Contract for the Provision
of Services (Annex A hereto) without prejudice to and in addition to any of
its other rights and remedies under this Contract or otherwise.
Article 7. Authorizations
7.1. In addition to the Contractor’s obligations under Articles 7.10 (‘Export
Licensing’) and 22 (‘Observance of the Law’) of the UNHCR General Conditions of
Contract (Annex A), the Contractor shall be responsible for obtaining, at its own cost,
all licenses, permits and authorizations from governmental or other authorities
necessary for the performance of this Contract [including without limitation all
entry/exit visas and work permits for its personnel and customs clearance for
equipment and material provided by the Contractor]. UNHCR shall cooperate with
the Contractor as necessary and appropriate including where appropriate by liaising
with relevant authorities.
7.2 [Notwithstanding anything to the contrary herein, UNHCR’s sole obligation
with respect to customs matters shall be to provide the Contractor with a documentary
certificate identifying the items concerned and stating that such items are for the sole
use of UNHCR. If any further documentation is required by any authority, the
Contractor shall advise UNHCR and UNHCR agrees to provide reasonable assistance
to the Contractor in obtaining such documents.]
Article 8. Notices
8.1. Except as otherwise specified in this Contract, all notices and other
communications between the Parties required or foreseen under this Contract shall be
in writing and shall be delivered either by: (i) personal delivery; (ii) recognized
overnight delivery service; (iii) postage prepaid, return receipt requested, or certified
mail, transmitted to the Party for whom intended at the address or facsimile number
shown below or such other address or number as the intended recipient previously
shall have designated by written notice given pursuant to this Contract.
If to the Contractor:
[Insert address]
Attn:
Fax:
If to UNHCR:
[Insert field address if applicable]
Attn:
Fax:
With a copy to:
[insert SISS address Geneva or Budapest]
Attn:
Legal Affairs Section Model Contract for the Provision of Mixed Goods and Services – DRAFT 1. 12 Nov 2010
Fax:
8.2. Notice by mail or recognized overnight delivery service shall be effective on
the date it is officially recorded as delivered to (or refused by) the intended recipient
by return receipt or equivalent. All notices and other communications required or
contemplated by this Contract delivered in person or by facsimile shall be deemed to
have been delivered to and received by the addressee and shall be effective on the date
of actual receipt as evidenced by an acknowledgement of personal receipt or a valid
fax transmission confirmation sheet report.
Article 9. Miscellaneous
9.1. If any provision of this Contract shall be held to be invalid, illegal or
unenforceable (in whole or in part), the validity, legality and enforceability of the
remaining provisions shall not in any way be affected or impaired.
9.2. Headings and titles used in this Contract are for reference purposes only and
shall not be deemed a part of this Contract for any purpose whatsoever. Unless the
context otherwise clearly indicates, all references to the singular herein shall include
the plural and vice versa.
9.3. This Contract and everything herein contained shall inure to the benefit of, and
be binding upon, the Parties and their respective successors and permitted assigns.
IN WITNESS WHEREOF, the Parties have executed this Contract in two identical
originals in counterparts, each of which shall be deemed an original and all of which
taken together shall be deemed to constitute one and the same instrument.
For and on behalf of UNHCR For and on behalf of the Contractor
Signature Signature
Name: Name:
Title: Title:
Date: Date:
GGGGGGGGEEEEEEEENNNNNNNNEEEEEEEERRRRRRRRAAAAAAAALLLLLLLL CCCCCCCCOOOOOOOONNNNNNNNDDDDDDDD IIIIIIII TTTTTTTT IIIIIIII OOOOOOOONNNNNNNNSSSSSSSS OOOOOOOOFFFFFFFF CCCCCCCCOOOOOOOONNNNNNNNTTTTTTTT RRRRRRRRAAAAAAAACCCCCCCCTTTTTTTT
CCOONNTTRRAACCTTSS FFOORR TTHHEE PPRROOVVIISSIIOONN OOFF GGOOOODDSS
CONTRACTS FOR THE PROVISION OF GOODS REV.: JANUARY 2010
1. LEGAL STATUS OF THE PARTIES: The United Nations Office of the High Commissioner for Refugees
(“UNHCR”) and the Contractor shall also each be referred to as a “Party” hereunder, and:
1.1 Pursuant, inter alia, to the Charter of the United Nations and the Convention on the Privileges and Immunities
of the United Nations, UNHCR, as a subsidiary organ of the United Nations, has full juridical personality and
enjoys such privileges and immunities as are necessary for the independent fulfillment of its purposes.
1.2 The Contractor shall have the legal status of an independent contractor vis-à-vis UNHCR, and nothing
contained in or relating to the Contract shall be construed as establishing or creating between the Parties the
relationship of employer and employee or of principal and agent. The officials, representatives, employees, or
subcontractors of each of the Parties shall not be considered in any respect as being the employees or agents of
the other Party, and each Party shall be solely responsible for all claims arising out of or relating to its
engagement of such persons or entities.
2. SOURCE OF INSTRUCTIONS: The Contractor shall neither seek nor accept instructions from any authority external
to UNHCR in connection with the performance of its obligations under the Contract. Should any authority external to
UNHCR seek to impose any instructions concerning or restrictions on the Contractor’s performance under the Contract,
the Contractor shall promptly notify UNHCR in writing and provide all reasonable assistance required by UNHCR. The
Contractor shall not take any action in respect of the performance of its obligations under the Contract that may
adversely affect the interests of UNHCR, and the Contractor shall perform its obligations under the Contract with the
fullest regard to the interests of UNHCR.
3. ASSIGNMENT:
3.1 Except as provided in Article 3.2, below, the Contractor may not assign, transfer, pledge or make any other
disposition of the Contract, of any part of the Contract, or of any of the rights, claims or obligations under the
Contract except with the prior written authorization of UNHCR. Any such unauthorized assignment, transfer,
pledge or other disposition, or any attempt to do so, shall not be binding on UNHCR. Except as permitted with
respect to any approved subcontractors, the Contractor shall not delegate any of its obligations under the
Contract, except with the prior written consent of UNHCR. Any such unauthorized delegation, or attempt to do
so, shall not be binding on UNHCR.
3.2 The Contractor may assign or otherwise transfer the Contract to the surviving entity resulting from a
reorganization of the Contractor’s operations, provided that:
3.2.1 such reorganization is not the result of any bankruptcy, receivership or other similar proceedings;
and,
3.2.2 such reorganization arises from a sale, merger, or acquisition of all or substantially all of the
Contractor’s assets or ownership interests; and,
3.2.3 the Contractor promptly notifies UNHCR about such assignment or transfer at the earliest
opportunity; and,
3.2.4 the assignee or transferee agrees in writing to be bound by all of the terms and conditions of the
Contract, and such writing is promptly provided to UNHCR following the assignment or transfer.
4. SUBCONTRACTING: In the event that the Contractor requires the services of subcontractors to perform any
obligations under the Contract, the Contractor shall obtain the prior written approval of UNHCR. UNHCR shall be
entitled, in its sole discretion, to review the qualifications of any subcontractors and to reject any proposed subcontractor
that UNHCR reasonably considers is not qualified to perform obligations under the Contract. UNHCR shall have the
right to require any subcontractor’s removal from UNHCR premises without having to give any justification therefor.
Any such rejection or request for removal shall not, in and of itself, entitle the Contractor to claim any delays in the
performance, or to assert any excuses for the non-performance, of any of its obligations under the Contract, and the
Contractor shall be solely responsible for all services and obligations performed by its subcontractors. The terms of any
6-1O-1
UNHCR Supply Manual
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 2
subcontract shall be subject to, and shall be construed in a manner that is fully in accordance with, all of the terms and
conditions of the Contract.
5. OFFICIALS NOT TO BENEFIT: The Contractor warrants that it has not and shall not offer any direct or indirect
benefit arising from or related to the performance of the Contract or the award thereof to any representative, official,
employee, or other agent of UNHCR. The Contractor acknowledges and agrees that any breach of this provision is a
breach of an essential term of the Contract.
6. PURCHASE OF GOODS: The following conditions shall apply:
6.1 DELIVERY OF GOODS: The Contractor shall hand over or make available the goods, and UNHCR shall
receive the goods, at the place for the delivery of the goods and within the time for delivery of the goods
specified in the Contract. The Contractor shall provide to UNHCR such shipment documentation (including,
without limitation, bills of lading, airway bills, and commercial invoices) as are specified in the Contract or,
otherwise, as are customarily utilized in the trade. All manuals, instructions, displays and any other information
relevant to the goods shall be in the English language unless otherwise specified in the Contract. Unless
otherwise stated in the Contract (including, but not limited to, in any “INCOTERM” or similar trade term), the
entire risk of loss, damage to, or destruction of the goods shall be borne exclusively by the Contractor until
physical delivery of the goods to UNHCR in accordance with the terms of the Contract. Delivery of the goods
shall not be deemed in itself as constituting acceptance of the goods by UNHCR.
6.2 INSPECTION OF THE GOODS: If the Contract provides that the goods may be inspected prior to delivery,
the Contractor shall notify UNHCR when the goods are ready for pre-delivery inspection. Notwithstanding any
pre-delivery inspection, UNHCR or its designated inspection agents may also inspect the goods upon delivery
in order to confirm that the goods conform to applicable specifications or other requirements of the Contract.
All reasonable facilities and assistance, including, but not limited to, access to drawings and production data,
shall be furnished to UNHCR or its designated inspection agents at no charge therefor. Neither the carrying out
of any inspections of the goods nor any failure to undertake any such inspections shall relieve the Contractor of
any of its warranties or the performance of any obligations under the Contract.
6.3 PACKAGING OF THE GOODS: The Contractor shall package the goods for delivery in accordance with the
highest standards of export packaging for the type and quantities and modes of transport of the goods. The
goods shall be packed and marked in a proper manner in accordance with the instructions stipulated in the
Contract or, otherwise, as customarily done in the trade, and in accordance with any requirements imposed by
applicable law or by the transporters and manufacturers of the goods. The packing, in particular, shall mark the
Contract or Purchase Order number and any other identification information provided by UNHCR as well as
such other information as is necessary for the correct handling and safe delivery of the goods. Unless otherwise
specified in the Contract, the Contractor shall have no right to any return of the packing materials.
6.4 TRANSPORTATION & FREIGHT: Unless otherwise specified in the Contract (including, but not limited
to, in any “INCOTERM” or similar trade term), the Contractor shall be solely liable for making all transport
arrangements and for payment of freight and insurance costs for the shipment and delivery of the goods in
accordance with the requirements of the Contract. The Contractor shall ensure that UNHCR receives all
necessary transport documents in a timely manner so as to enable UNHCR to take delivery of the goods in
accordance with the requirements of the Contract.
6.5 WARRANTIES: Unless otherwise specified in the Contract, in addition to and without limiting any other
warranties, remedies or rights of UNHCR stated in or arising under the Contract, the Contractor warrants and
represents that:
6.5.1 The goods, including all packaging and packing thereof, conform to the specifications of the
Contract, are fit for the purposes for which such goods are ordinarily used and for any purposes
expressly made known in writing in the Contract, and shall be of even quality, free from faults and
defects in design, material, manufacturer and workmanship;
6.5.2 If the Contractor is not the original manufacturer of the goods, the Contractor shall provide UNHCR
with the benefit of all manufacturers’ warranties in addition to any other warranties required to be
provided under the Contract;
6.5.3 The goods are of the quality, quantity and description required by the Contract, including when
subjected to conditions prevailing in the place of final destination;
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 3
6.5.4 The goods are free from any right of claim by any third-party, including claims of infringement of
any intellectual property rights, including, but not limited to, patents, copyright and trade secrets;
6.5.5 The goods are new and unused;
6.5.6 All warranties will remain fully valid following any delivery of the goods and for a period of not less
than one (1) year following acceptance of the goods by UNHCR in accordance with the Contract;
6.5.7 During any period in which the Contractor’s warranties are effective, upon notice by UNHCR that
the goods do not conform to the requirements of the Contract, the Contractor shall promptly and at its
own expense correct such non-conformities or, in case of its inability to do so, replace the defective
goods with goods of the same or better quality or, at its own cost, remove the defective goods and
fully reimburse UNHCR for the purchase price paid for the defective goods; and,
6.5.8 The Contractor shall remain responsive to the needs of UNHCR for any services that may be required
in connection with any of the Contractor’s warranties under the Contract.
6.6 ACCEPTANCE OF GOODS: Under no circumstances shall UNHCR be required to accept any goods that do
not conform to the specifications or requirements of the Contract. UNHCR may condition its acceptance of the
goods upon the successful completion of acceptance tests as may be specified in the Contract or otherwise
agreed in writing by the Parties. In no case shall UNHCR be obligated to accept any goods unless and until
UNHCR has had a reasonable opportunity to inspect the goods following delivery. If the Contract specifies that
UNHCR shall provide a written acceptance of the goods, the goods shall not be deemed accepted unless and
until UNHCR in fact provides such written acceptance. In no case shall payment by UNHCR in and of itself
constitute acceptance of the goods.
6.7 REJECTION OF GOODS: Notwithstanding any other rights of, or remedies available to UNHCR under the
Contract, in case any of the goods are defective or otherwise do not conform to the specifications or other
requirements of the Contract, UNHCR, at its sole option, may reject or refuse to accept the goods, and within
thirty (30) days following receipt of notice from UNHCR of such rejection or refusal to accept the goods, the
Contractor shall, in sole option of UNHCR:
6.7.1 provide a full refund upon return of the goods, or a partial refund upon a return of a portion of the
goods, by UNHCR; or,
6.7.2 repair the goods in a manner that would enable the goods to conform to the specifications or other
requirements of the Contract; or,
6.7.3 replace the goods with goods of equal or better quality; and,
6.7.4 pay all costs relating to the repair or return of the defective goods as well as the costs relating to the
storage of any such defective goods and for the delivery of any replacement goods to UNHCR.
6.8 In the event that UNHCR elects to return any of the goods for the reasons specified in Article 6.7, above,
UNHCR may procure the goods from another source. In addition to any other rights or remedies available to
UNHCR under the Contract, including, but not limited to, the right to terminate the Contract, the Contractor
shall be liable for any additional cost beyond the balance of the Contract price resulting from any such
procurement, including, inter alia, the costs of engaging in such procurement, and UNHCR shall be entitled to
compensation from the Contractor for any reasonable expenses incurred for preserving and storing the goods
for the Contractor’s account.
6.9 TITLE: The Contractor warrants and represents that the goods delivered under the Contract are unencumbered
by any third party’s title or other property rights, including, but not limited to, any liens or security interests.
Unless otherwise expressly provided in the Contract, title in and to the goods shall pass from the Contractor to
UNHCR upon delivery of the goods and their acceptance by UNHCR in accordance with the requirements of
the Contract.
6.10 EXPORT LICENSING: The Contractor shall be responsible for obtaining any export license required with
respect to the goods, products, or technologies, including software, sold, delivered, licensed or otherwise
provided to UNHCR under the Contract. The Contractor shall procure any such export license in an expeditious
manner. Subject to and without any waiver of the privileges and immunities of UNHCR, UNHCR shall lend
the Contractor all reasonable assistance required for obtaining any such export license. Should any
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 4
Governmental entity refuse, delay or hinder the Contractor’s ability to obtain any such export license, the
Contractor shall promptly inform UNHCR in writing and consult with UNHCR to enable UNHCR to take
appropriate measures to resolve the matter.
7. INDEMNIFICATION:
7.1 The Contractor shall indemnify, defend, and hold and save harmless, UNHCR, and its officials, agents and
employees, from and against all suits, proceedings, claims, demands, losses and liability of any kind or nature
brought by any third party against UNHCR, including, but not limited to, all litigation costs and expenses,
attorney’s fees, settlement payments and damages, based on, arising from, or relating to:
7.1.1 allegations or claims that the possession of or use by UNHCR of any patented device, any
copyrighted material, or any other goods, property or services provided or licensed to UNHCR under
the terms of the Contract, in whole or in part, separately or in a combination contemplated by the
Contractor’s published specifications therefor, or otherwise specifically approved by the Contractor,
constitutes an infringement of any patent, copyright, trademark, or other intellectual property right of
any third party; or,
7.1.2 any acts or omissions of the Contractor, or of any subcontractor or anyone directly or indirectly
employed by them in the performance of the Contract, which give rise to legal liability to anyone not
a party to the Contract, including, without limitation, claims and liability in the nature of a claim for
workers’ compensation.
7.2 The indemnity set forth in Article 7.1.1, above, shall not apply to:
7.2.1 A claim of infringement resulting from the Contractor’s compliance with specific written instructions
by UNHCR directing a change in the specifications for the goods, property, materials, equipment or
supplies to be or used, or directing a manner of performance of the Contract or requiring the use of
specifications not normally used by the Contractor; or
7.2.2 A claim of infringement resulting from additions to or changes in any goods, property, materials
equipment, supplies or any components thereof furnished under the Contract if UNHCR or another
party acting under the direction of UNHCR made such changes.
7.3 In addition to the indemnity obligations set forth in this Article 7, the Contractor shall be obligated, at its sole
expense, to defend UNHCR and its officials, agents and employees, pursuant to this Article 7, regardless of
whether the suits, proceedings, claims and demands in question actually give rise to or otherwise result in any
loss or liability.
7.4 UNHCR shall advise the Contractor about any such suits, proceedings, claims, demands, losses or liability
within a reasonable period of time after having received actual notice thereof. The Contractor shall have sole
control of the defense of any such suit, proceeding, claim or demand and of all negotiations in connection with
the settlement or compromise thereof, except with respect to the assertion or defense of the privileges and
immunities of UNHCR or any matter relating thereto, which only UNHCR itself is authorized to assert and
maintain. UNHCR shall have the right, at its own expense, to be represented in any such suit, proceeding, claim
or demand by independent counsel of its own choosing.
7.5 In the event the use by UNHCR of any goods, property or services provided or licensed to UNHCR by the
Contractor, in whole or in part, in any suit or proceeding, is for any reason enjoined, temporarily or
permanently, or is found to infringe any patent, copyright, trademark or other intellectual property right, or in
the event of a settlement, is enjoined, limited or otherwise interfered with, then the Contractor, at its sole cost
and expense, shall, promptly, either:
7.5.1 procure for UNHCR the unrestricted right to continue using such goods or services provided to
UNHCR;
7.5.2 replace or modify the goods or services provided to UNHCR, or part thereof, with the equivalent or
better goods or services, or part thereof, that is non-infringing; or,
7.5.3 refund to UNHCR the full price paid by UNHCR for the right to have or use such goods, property or
services, or part thereof.
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 5
8. INSURANCE AND LIABILITY:
8.1 The Contractor shall pay UNHCR promptly for all loss, destruction, or damage to the property of UNHCR
caused by the Contractor’s personnel or by any of its subcontractors or anyone else directly or indirectly
employed by the Contractor or any of its subcontractors in the performance of the Contract.
8.2 Unless otherwise provided in the Contract, prior to commencement of performance of any other obligations
under the Contract, and subject to any limits set forth in the Contract, the Contractor shall take out and shall
maintain for the entire term of the Contract, for any extension thereof, and for a period following any
termination of the Contract reasonably adequate to deal with losses:
8.2.1 insurance against all risks in respect of its property and any equipment used for the performance of
the Contract;
8.2.2 workers’ compensation insurance, or its equivalent, or employer’s liability insurance, or its
equivalent, with respect to the Contractor’s personnel sufficient to cover all claims for injury, death
and disability, or any other benefits required to be paid by law, in connection with the performance of
the Contract;
8.2.3 liability insurance in an adequate amount to cover all claims, including, but not limited to, claims for
death and bodily injury, products and completed operations liability, loss of or damage to property,
and personal and advertising injury, arising from or in connection with the Contractor’s performance
under the Contract, including, but not limited to, liability arising out of or in connection with the acts
or omissions of the Contractor, its personnel, agents, or invitees, or the use, during the performance
of the Contract, of any vehicles, boats, airplanes or other transportation vehicles and equipment,
whether or not owned by the Contractor; and,
8.2.4 such other insurance as may be agreed upon in writing between UNHCR and the Contractor.
8.3 The Contractor’s liability policies shall also cover subcontractors and all defense costs and shall contain a
standard “cross liability” clause.
8.4 The Contractor acknowledges and agrees that UNHCR accepts no responsibility for providing life, health,
accident, travel or any other insurance coverage which may be necessary or desirable in respect of any
personnel performing services for the Contractor in connection with the Contract.
8.5 Except for the workers’ compensation insurance or any self-insurance program maintained by the Contractor
and approved by UNHCR, in its sole discretion, for purposes of fulfilling the Contractor’s requirements for
providing insurance under the Contract, the insurance policies required under the Contract shall:
8.5.1 name UNHCR as an additional insured under the liability policies, including, if required, as a
separate endorsement under the policy;
8.5.2 include a waiver of subrogation of the Contractor’s insurance carrier’s rights against UNHCR;
8.5.3 provide that UNHCR shall receive written notice from the Contractor’s insurance carrier not less than
thirty (30) days prior to any cancellation or material change of coverage; and,
8.5.4 include a provision for response on a primary and non-contributing basis with respect to any other
insurance that may be available to UNHCR.
8.6 The Contractor shall be responsible to fund all amounts within any policy deductible or retention.
8.7 Except for any self-insurance program maintained by the Contractor and approved by UNHCR for purposes of
fulfilling the Contractor’s requirements for maintaining insurance under the Contract, the Contractor shall
maintain the insurance taken out under the Contract with reputable insurers that are in good financial standing
and that are acceptable to UNHCR. Prior to the commencement of any obligations under the Contract, the
Contractor shall provide UNHCR with evidence, in the form of certificate of insurance or such other form as
UNHCR may reasonably require, that demonstrates that the Contractor has taken out insurance in accordance
with the requirements of the Contract. UNHCR reserves the right, upon written notice to the Contractor, to
obtain copies of any insurance policies or insurance program descriptions required to be maintained by the
Contractor under the Contract. Notwithstanding the provisions of Article 8.5.3, above, the Contractor shall
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 6
promptly notify UNHCR concerning any cancellation or material change of insurance coverage required under
the Contract.
8.8 The Contractor acknowledges and agrees that neither the requirement for taking out and maintaining insurance
as set forth in the Contract nor the amount of any such insurance, including, but not limited to, any deductible or
retention relating thereto, shall in any way be construed as limiting the Contractor’s liability arising under or
relating to the Contract.
9. ENCUMBRANCES AND LIENS: The Contractor shall not cause or permit any lien, attachment or other encumbrance
by any person to be placed on file or to remain on file in any public office or on file with the United Nations against any
monies due to the Contractor or that may become due for any work done or against any goods supplied or materials
furnished under the Contract, or by reason of any other claim or demand against the Contractor or UNHCR.
10. EQUIPMENT FURNISHED BY UNHCR TO THE CONTRACTOR: Title to any equipment and supplies that may
be furnished by UNHCR to the Contractor for the performance of any obligations under the Contract shall rest with
UNHCR, and any such equipment shall be returned to UNHCR at the conclusion of the Contract or when no longer
needed by the Contractor. Such equipment, when returned to UNHCR, shall be in the same condition as when delivered
to the Contractor, subject to normal wear and tear, and the Contractor shall be liable to compensate UNHCR for the
actual costs of any loss of, damage to, or degradation of the equipment that is beyond normal wear and tear.
11. COPYRIGHT, PATENTS AND OTHER PROPRIETARY RIGHTS:
11.1 Except as is otherwise expressly provided in writing in the Contract, UNHCR shall be entitled to all
intellectual property and other proprietary rights including, but not limited to, patents, copyrights, and
trademarks, with regard to products, processes, inventions, ideas, know-how, or documents and other materials
which the Contractor has developed for UNHCR under the Contract and which bear a direct relation to or are
produced or prepared or collected in consequence of, or during the course of, the performance of the Contract.
The Contractor acknowledges and agrees that such products, documents and other materials constitute works
made for hire for UNHCR.
11.2 To the extent that any such intellectual property or other proprietary rights consist of any intellectual property
or other proprietary rights of the Contractor: (i) that pre-existed the performance by the Contractor of its
obligations under the Contract, or (ii) that the Contractor may develop or acquire, or may have developed or
acquired, independently of the performance of its obligations under the Contract, UNHCR does not and shall
not claim any ownership interest thereto, and the Contractor grants to UNHCR a perpetual license to use such
intellectual property or other proprietary right solely for the purposes of and in accordance with the
requirements of the Contract.
11.3 At the request of UNHCR, the Contractor shall take all necessary steps, execute all necessary documents and
generally assist in securing such proprietary rights and transferring or licensing them to UNHCR in
compliance with the requirements of the applicable law and of the Contract.
11.4 Subject to the foregoing provisions, all maps, drawings, photographs, mosaics, plans, reports, estimates,
recommendations, documents, and all other data compiled by or received by the Contractor under the Contract
shall be the property of UNHCR, shall be made available for use or inspection by UNHCR at reasonable times
and in reasonable places, shall be treated as confidential, and shall be delivered only to UNHCR authorized
officials on completion of work under the Contract.
12. PUBLICITY, AND USE OF THE NAME, EMBLEM OR OFFICIAL SEAL OF THE UNITED NATIONS OR
OF UNHCR: The Contractor shall not advertise or otherwise make public for purposes of commercial advantage or
goodwill that it has a contractual relationship with the United Nations or UNHCR, nor shall the Contractor, in any
manner whatsoever use the name, emblem or official seal of the United Nations or of UNHCR, or any abbreviation of
the name of the United Nations or of UNHCR in connection with its business or otherwise without the written
permission of UNHCR.
13. CONFIDENTIAL NATURE OF DOCUMENTS AND INFORMATION: Information and data that is considered
proprietary by either Party or that is delivered or disclosed by one Party (“Discloser”) to the other Party (“Recipient”)
during the course of performance of the Contract, and that is designated as confidential (“Information”)1, shall be held in
1 Information and data that is considered by UNHCR as proprietary and confidential includes, but is not limited to, data pertaining to
refugees and persons of concern to UNHCR.
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 7
confidence by that Party and shall be handled as follows:
13.1 The recipient (“Recipient”) of such Information shall:
13.1.1 use the same care and discretion to avoid disclosure, publication or dissemination of the
Discloser’s Information as it uses with its own similar Information that it does not wish to
disclose, publish or disseminate; and,
13.1.2 use the Discloser’s Information solely for the purpose for which it was disclosed.
13.2 Provided that the Recipient has a written agreement with the following persons or entities requiring them to
treat the Information confidential in accordance with the Contract and this Article 13, the Recipient may
disclose Information to:
13.2.1 any other party with the Discloser’s prior written consent; and,
13.2.2 the Recipient’s employees, officials, representatives and agents who have a need to know such
Information for purposes of performing obligations under the Contract, and employees officials,
representatives and agents of any legal entity that it controls, controls it, or with which it is under
common control, who have a need to know such Information for purposes of performing
obligations under the Contract, provided that, for these purposes a controlled legal entity means:
13.2.2.1 a corporate entity in which the Party owns or otherwise controls, whether directly
or indirectly, over fifty percent (50%) of voting shares thereof; or,
13.2.2.2 any entity over which the Party exercises effective managerial control; or,
13.2.2.3 for UNHCR, a principal or subsidiary organ of the United Nations established in
accordance with the Charter of the United Nations.
13.3 The Contractor may disclose Information to the extent required by law, provided that, subject to and without
any waiver of the privileges and immunities of UNHCR, the Contractor will give UNHCR sufficient prior
notice of a request for the disclosure of Information in order to allow UNHCR to have a reasonable
opportunity to take protective measures or such other action as may be appropriate before any such disclosure
is made.
13.4 UNHCR may disclose Information to the extent as required pursuant to the Charter of the United Nations, or
pursuant to resolutions or regulations of the General Assembly or rules promulgated thereunder.
13.5 The Recipient shall not be precluded from disclosing Information that is (i) obtained by the Recipient without
restriction from a third party who is not in breach of any obligation as to confidentiality to the owner of such
Information or any other person, or (ii) disclosed by the Discloser to a third party without any obligation of
confidentiality, or (iii) previously known by the Recipient, or (iv) at any time is developed by the Recipient
completely independently of any disclosures hereunder.
13.6 These obligations and restrictions of confidentiality shall be effective during the term of the Contract,
including any extension thereof, and, unless otherwise provided in the Contract, shall remain effective
following any termination of the Contract.
14. FORCE MAJEURE; OTHER CHANGES IN CONDITIONS:
14.1 In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the
affected Party shall give notice and full particulars in writing to the other Party, of such occurrence or cause if
the affected Party is thereby rendered unable, wholly or in part, to perform its obligations and meet its
responsibilities under the Contract. The affected Party shall also notify the other Party of any other changes in
condition or the occurrence of any event which interferes or threatens to interfere with its performance of the
Contract. Not more than fifteen (15) days following the provision of such notice of force majeure or other
changes in condition or occurrence, the affected Party shall also submit a statement to the other Party of
estimated expenditures that will likely be incurred for the duration of the change in condition or the event of
force majeure. On receipt of the notice or notices required hereunder, the Party not affected by the occurrence
of a cause constituting force majeure shall take such action as it reasonably considers to be appropriate or
necessary in the circumstances, including the granting to the affected Party of a reasonable extension of time
in which to perform any obligations under the Contract.
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 8
14.2 If the Contractor is rendered unable, wholly or in part, by reason of force majeure to perform its obligations
and meet its responsibilities under the Contract, UNHCR shall have the right to suspend or terminate the
Contract on the same terms and conditions as are provided for in Article 15, “Termination,” except that the
period of notice shall be seven (7) days instead of thirty (30) days. In any case, UNHCR shall be entitled to
consider the Contractor permanently unable to perform its obligations under the Contract in case the
Contractor is unable to perform its obligations, wholly or in part, by reason of force majeure for any period in
excess of ninety (90) days.
14.3 Force majeure as used herein means any unforeseeable and irresistible act of nature, any act of war (whether
declared or not), invasion, revolution, insurrection, terrorism, or any other acts of a similar nature or force,
provided that such acts arise from causes beyond the control and without the fault or negligence of the
Contractor. The Contractor acknowledges and agrees that, with respect to any obligations under the Contract
that the Contractor must perform in areas in which UNHCR is engaged in, preparing to engage in, or
disengaging from any humanitarian or similar operations, any delays or failure to perform such obligations
arising from or relating to harsh conditions within such areas, or to any incidents of civil unrest occurring in
such areas, shall not, in and of itself, constitute force majeure under the Contract.
15. TERMINATION:
15.1 Either Party may terminate the Contract for cause, in whole or in part, upon thirty (30) day’s notice, in writing,
to the other Party. The initiation of conciliation or arbitral proceedings in accordance with Article 18
“Settlement of Disputes,” below, shall not be deemed to be a “cause” for or otherwise to be in itself a
termination of the Contract.
15.2 UNHCR may terminate the Contract at any time by providing written notice to the Contractor in any case in
which the mandate of UNHCR applicable to the performance of the Contract or the funding of UNHCR
applicable to the Contract is curtailed or terminated, whether in whole or in part. In addition, unless otherwise
provided by the Contract, upon sixty (60) day’s advance written notice to the Contractor, UNHCR may
terminate the Contract without having to provide any justification therefor.
15.3 In the event of any termination of the Contract, upon receipt of notice of termination that has been issued by
UNHCR, the Contractor shall, except as may be directed by UNHCR in the notice of termination or otherwise
in writing:
15.3.1 take immediate steps to bring the performance of any obligations under the Contract to a close in a
prompt and orderly manner, and in doing so, reduce expenses to a minimum;
15.3.2 refrain from undertaking any further or additional commitments under the Contract as of and
following the date of receipt of such notice;
15.3.3 place no further subcontracts or orders for materials, services, or facilities, except as UNHCR and
the Contractor agree in writing are necessary to complete any portion of the Contract that is not
terminated;
15.3.4 terminate all subcontracts or orders to the extent they relate to the portion of the Contract
terminated;
15.3.5 transfer title and deliver to UNHCR the fabricated or unfabricated parts, work in process,
completed work, supplies, and other material produced or acquired for the portion of the Contract
terminated;
15.3.6 deliver all completed or partially completed plans, drawings, information, and other property that,
if the Contract had been completed, would be required to be furnished to UNHCR thereunder;
15.3.7 complete performance of the work not terminated; and,
15.3.8 take any other action that may be necessary, or that UNHCR may direct in writing, for the
minimization of losses and for the protection and preservation of any property, whether tangible or
intangible, related to the Contract that is in the possession of the Contractor and in which UNHCR
has or may be reasonably expected to acquire an interest.
15.4 In the event of any termination of the Contract, UNHCR shall be entitled to obtain reasonable written
accountings from the Contractor concerning all obligations performed or pending in accordance with the
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 9
Contract. In addition, UNHCR shall not be liable to pay the Contractor except for those goods delivered and
services provided to UNHCR in accordance with the requirements of the Contract, but only if such goods or
services were ordered, requested or otherwise provided prior to the Contractor’s receipt of notice of
termination from UNHCR or prior to the Contractor’s tendering of notice of termination to UNHCR.
15.5 UNHCR may, without prejudice to any other right or remedy available to it, terminate the Contract forthwith
in the event that:
15.5.1 the Contractor is adjudged bankrupt, or is liquidated, or becomes insolvent, or applies for a
moratorium or stay on any payment or repayment obligations, or applies to be declared insolvent;
15.5.2 the Contractor is granted a moratorium or a stay, or is declared insolvent;
15.5.3 the Contractor makes an assignment for the benefit of one or more of its creditors;
15.5.4 a receiver is appointed on account of the insolvency of the Contractor;
15.5.5 the Contractor offers a settlement in lieu of bankruptcy or receivership; or,
15.5.6 UNHCR reasonably determines that the Contractor has become subject to a materially adverse
change in its financial condition that threatens to substantially affect the ability of the Contractor
to perform any of its obligations under the Contract.
15.6 Except as prohibited by law, the Contractor shall be bound to compensate UNHCR for all damages and costs,
including, but not limited to, all costs incurred by UNHCR in any legal or non-legal proceedings, as a result of
any of the events specified in Article 15.5, above, and resulting from or relating to a termination of the
Contract, even if the Contractor is adjudged bankrupt, or is granted a moratorium or stay or is declared
insolvent. The Contractor shall immediately inform UNHCR of the occurrence of any of the events specified
in Article 15.5, above, and shall provide UNHCR with any information pertinent thereto.
15.7 The provisions of this Article 15 are without prejudice to any other rights or remedies of UNHCR under the
Contract or otherwise.
16. NON-WAIVER OF RIGHTS: The failure by either Party to exercise any rights available to it, whether under the
Contract or otherwise, shall not be deemed for any purposes to constitute a waiver by the other Party of any such right or
any remedy associated therewith, and shall not relieve the Parties of any of their obligations under the Contract.
17. NON-EXCLUSIVITY: Unless otherwise specified in the Contract, UNHCR shall have no obligation to purchase any
minimum quantities of goods or services from the Contractor, and UNHCR shall have no limitation on its right to obtain
goods or services of the same kind, quality and quantity described in the Contract, from any other source at any time.
18. SETTLEMENT OF DISPUTES:
18.1 AMICABLE SETTLEMENT: The Parties shall use their best efforts to amicably settle any dispute,
controversy, or claim arising out of the Contract or the breach, termination, or invalidity thereof. Where the
Parties wish to seek such an amicable settlement through conciliation, the conciliation shall take place in
accordance with the Conciliation Rules then obtaining of the United Nations Commission on International
Trade Law (“UNCITRAL”), or according to such other procedure as may be agreed between the Parties in
writing.
18.2 ARBITRATION: Any dispute, controversy, or claim between the Parties arising out of the Contract or the
breach, termination, or invalidity thereof, unless settled amicably under Article 18.1, above, within sixty (60)
days after receipt by one Party of the other Party’s written request for such amicable settlement, shall be
referred by either Party to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining.
The decisions of the arbitral tribunal shall be based on general principles of international commercial law. The
arbitral tribunal shall be empowered to order the return or destruction of goods or any property, whether
tangible or intangible, or of any confidential information provided under the Contract, order the termination of
the Contract, or order that any other protective measures be taken with respect to the goods, services or any
other property, whether tangible or intangible, or of any confidential information provided under the Contract,
as appropriate, all in accordance with the authority of the arbitral tribunal pursuant to Article 26 (“Interim
Measures of Protection”) and Article 32 (“Form and Effect of the Award”) of the UNCITRAL Arbitration
Rules. The arbitral tribunal shall have no authority to award punitive damages. In addition, unless otherwise
expressly provided in the Contract, the arbitral tribunal shall have no authority to award interest in excess of
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 10
the London Inter-Bank Offered Rate (“LIBOR”) then prevailing, and any such interest shall be simple interest
only. The Parties shall be bound by any arbitration award rendered as a result of such arbitration as the final
adjudication of any such dispute, controversy, or claim.
19. PRIVILEGES AND IMMUNITIES: Nothing in or relating to the Contract shall be deemed a waiver, express or
implied, of any of the privileges and immunities of the United Nations, including its subsidiary organs or of UNHCR
(as a subsidiary organ of the United Nations).
20. TAX EXEMPTION:
20.1 Article II, Section 7, of the Convention on the Privileges and Immunities of the United Nations provides, inter
alia, that the United Nations, including UNHCR as one of its subsidiary organs, is exempt from all direct
taxes, except charges for public utility services, and is exempt from customs restrictions, duties, and charges
of a similar nature in respect of articles imported or exported for its official use. In the event any
governmental authority refuses to recognize the exemptions of UNHCR from such taxes, restrictions, duties,
or charges, the Contractor shall immediately consult with UNHCR to determine a mutually acceptable
procedure.
20.2 The Contractor authorizes UNHCR to deduct from the Contractor’s invoices any amount representing such
taxes, duties or charges, unless the Contractor has consulted with UNHCR before the payment thereof and
UNHCR has, in each instance, specifically authorized the Contractor to pay such taxes, duties, or charges
under written protest. In that event, the Contractor shall provide UNHCR with written evidence that payment
of such taxes, duties or charges has been made and appropriately authorized, and UNHCR shall reimburse the
Contractor for any such taxes, duties, or charges so authorized by UNHCR and paid by the Contractor under
written protest.
21. OBSERVANCE OF THE LAW: The Contractor shall comply with all laws, ordinances, rules, and regulations bearing
upon the performance of its obligations under the Contract. In addition, the Contractor shall maintain compliance with
all obligations relating to its registration as a qualified vendor of goods or services to UNHCR, as such obligations are set
forth in vendor registration procedures.
22. MODIFICATIONS:
22.1 The Director of the Division for Emergency and Supply Management, or such other contracting authority as
UNHCR has made known to the Contractor in writing, possesses the authority to agree on behalf of UNHCR
to any modification of or change in the Contract, to a waiver of any of its provisions or to any additional
contractual relationship of any kind with the Contractor. Accordingly, no modification or change in the
Contract shall be valid and enforceable against UNHCR unless provided by a valid written amendment to the
Contract signed by the Contractor and the Director of the Division for Emergency and Supply Management or
such other contracting authority.
22.2 If the Contract shall be extended for additional periods in accordance with the terms and conditions of the
Contract, the terms and conditions applicable to any such extended term of the Contract shall be the same
terms and conditions as set forth in the Contract, unless the Parties shall have agreed otherwise pursuant to a
valid amendment concluded in accordance with Article 22.1, above.
22.3 The terms or conditions of any supplemental undertakings, licenses, or other forms of agreement concerning
any goods or services provided under the Contract shall not be valid and enforceable against UNHCR nor in
any way shall constitute an agreement by UNHCR thereto unless any such undertakings, licenses or other
forms are the subject of a valid amendment concluded in accordance with Article 22.1, above.
23. AUDITS AND INVESTIGATIONS:
23.1 Each invoice paid by UNHCR shall be subject to a post-payment audit by auditors, whether internal or
external, of UNHCR or by other authorized and qualified agents of UNHCR at any time during the term of the
Contract and for a period of two (2) years following the expiration or prior termination of the Contract.
UNHCR shall be entitled to a refund from the Contractor for any amounts shown by such audits to have been
paid by UNHCR other than in accordance with the terms and conditions of the Contract.
23.2 The Contractor acknowledges and agrees that, from time to time, UNHCR may conduct investigations relating
to any aspect of the Contract or the award thereof, the obligations performed under the Contract, and the
operations of the Contractor generally relating to performance of the Contract. The right of UNHCR to
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 11
conduct an investigation and the Contractor’s obligation to comply with such an investigation shall not lapse
upon expiration or prior termination of the Contract. The Contractor shall provide its full and timely
cooperation with any such inspections, post-payment audits or investigations. Such cooperation shall include,
but shall not be limited to, the Contractor’s obligation to make available its personnel and any relevant
documentation for such purposes at reasonable times and on reasonable conditions and to grant to UNHCR
access to the Contractor’s premises at reasonable times and on reasonable conditions in connection with such
access to the Contractor’s personnel and relevant documentation. The Contractor shall require its agents,
including, but not limited to, the Contractor’s attorneys, accountants or other advisers, to reasonably cooperate
with any inspections, post-payment audits or investigations carried out by UNHCR hereunder.
24. LIMITATION ON ACTIONS:
24.1 Except with respect to any indemnification obligations in Article 7, above, or as are otherwise set forth in the
Contract, any arbitral proceedings in accordance with Article 18.2, above, arising out of the Contract must be
commenced within three years after the cause of action has accrued.
24.2 The Parties further acknowledge and agree that, for these purposes, a cause of action shall accrue when the
breach actually occurs, or, in the case of latent defects, when the injured Party knew or should have known all
of the essential elements of the cause of action, or in the case of a breach of warranty, when tender of delivery
is made, except that, if a warranty extends to future performance of the goods or any process or system and the
discovery of the breach consequently must await the time when such goods or other process or system is ready
to perform in accordance with the requirements of the Contract, the cause of action accrues when such time of
future performance actually begins.
25. CHILD LABOR: The Contractor represents and warrants that neither it, its parent entities (if any), nor any of the
Contractor’s subsidiary or affiliated entities (if any) is engaged in any practice inconsistent with the rights set forth
in the Convention on the Rights of the Child, including Article 32 thereof, which, inter alia, requires that a child
shall be protected from performing any work that is likely to be hazardous or to interfere with the child’s education,
or to be harmful to the child’s health or physical, mental, spiritual, moral, or social development. The Contractor
acknowledges and agrees that the provisions hereof constitute an essential term of the Contract and that any breach
of this representation and warranty shall entitle UNHCR to terminate the Contract immediately upon notice to the
Contractor, without any liability for termination charges or any other liability of any kind.
26. MINES: The Contractor warrants and represents that neither it, its parent entities (if any), nor any of the
Contractor’s subsidiaries or affiliated entities (if any), is engaged in the sale or manufacture of anti-personnel mines
or components utilized in the manufacture of anti-personnel mines. The Contractor acknowledges and agrees that the
provisions hereof constitute an essential term of the Contract and that any breach of this representation and warranty
shall entitle UNHCRto terminate the Contract immediately upon notice to the Contractor, without any liability for
termination charges or any other liability of any kind.
27. SEXUAL EXPLOITATION:
27.1 The Contractor shall take all appropriate measures to prevent sexual exploitation or abuse of anyone by its
employees or any other persons engaged and controlled by the Contractor to perform any services under the
Contract. For these purposes, sexual activity with any person less than eighteen years of age, regardless of any
laws relating to consent, shall constitute the sexual exploitation and abuse of such person. In addition, the
Contractor shall refrain from, and shall take all reasonable and appropriate measures to prohibit its employees
or other persons engaged and controlled by it from exchanging any money, goods, services, or other things of
value, for sexual favors or activities, or from engaging any sexual activities that are exploitive or degrading to
any person. The Contractor acknowledges and agrees that the provisions hereof constitute an essential term of
the Contract and that any breach of these provisions shall entitle UNHCR to terminate the Contract
immediately upon notice to the Contractor, without any liability for termination charges or any other liability
of any kind.
27.2 UNHCR shall not apply the foregoing standard relating to age in any case in which the Contractor’s personnel
or any other person who may be engaged by the Contractor to perform any services under the Contract is
married to the person less than the age of eighteen years with whom sexual activity has occurred and in which
such marriage is recognized as valid under the laws of the country of citizenship of such Contractor’s
personnel or such other person who may be engaged by the Contractor to perform any services under the
Contract.
REV.: JANUARY 2010 GENERAL CONDITIONS OF CONTRACT FOR CONTRACTS FOR THE PROVISION OF GOODS PAGE 12
28. EXPLOITATION AND ABUSE OF REFUGEES AND OTHER PERSONS OF CONCERN TO UNHCR:
The Contractor warrants that it has instructed its personnel to refrain from any conduct that would adversely reflect
on UNHCR and/or the United Nations and from any activity which is incompatible with the aims and objectives of
the United Nations or the mandate of UNHCR to ensure the protection of refugees and other persons of concern to
UNHCR. The Contractor hereby undertakes all possible measures to prevent its personnel from exploiting and
abusing refugees and other persons of concern to UNHCR. The failure of the Contractor to investigate allegations of
exploitation and abuse against its personnel or related to its activities or to take corrective action when exploitation
or abuse has occurred, shall entitle UNHCR to terminate the Contract immediately upon notice to the Contractor, at
no cost to UNHCR.
29. PAYMENT INSTRUCTIONS: UNHCR shall, on the fulfillment of the delivery terms, unless otherwise provided
in the Contract or purchase order, make payment by bank transfer within thirty days of receipt of the Contractor’s
invoice for the goods and copies of any other documentation specified in the Contract. Payment against the invoice
referred to above will reflect any discount shown under the payment terms agreed among the parties, provided
payment is made within the period required by such payment terms. The prices shown in the Contract or the
purchase order may not be increased except by express written agreement of UNHCR. Documents are to be sent to
the address indicated in the Contract or purchase order.
– oOOo –
1.3500 3.16002.50002.36003.27003.2500
HW-(2.33X.08)HW-(2.33X.08)HW-(2.33X.08)HW-(2.33X.08) HW-(2.33X.08)
15.5300
2.3000
2.2100
1.7400
4.56002.4500
HW-(3.16X.08)
WIN-( 3.09X2.8)
23.9300
31.1400
HW
-.08X
.06
HW
-(.08X
.06)
HW
-(.08X
.06)
HW
-(.08X
.06)
DINING
KITCHEN
TOILET
6.5170
WIN-( 3.09X2.8) WIN-( 3.09X2.8) WIN-( 3.09X2.8) WIN-( 3.09X2.8) WIN-( 3.09X2.8)
HA
ND
W
AS
H
hight of this walls are apx. 1.2 m
ENTRY
2.9700
6.1100
Rehabilitation of existing school building allocated for
canteen( kitchen,dining and stores) in Brajdebna
sheet-1floor plan
\\fs\Projects\Emil Elkin\Vrajdebna\00-Work\12-E\Xrefs\shemi.dwg, Layout1, 7.2.2014 г. 09:14:57 ч.
12
0
93
90
128
92
12
0
12
0
10
4
110
14
4
325
358
323