invitation for bids (ifb) high commission of india colombo

93
Invitation for Bids (IFB) High Commission of India Colombo Grant No.Col/DC/228/01/2015 Grant Name: Construction of a Surgical Unit at teaching Hospital, Batticaloa Title Estimated Cost SLR Mn (Excluding VAT) Contract Period Required Grade Construction of a surgical unit at Teaching Hospital, Batticaloa 275 365 days Sri Lankan Bidder: C1 (Building) Indian Bidder: Equivalent to C1 (Building) 1. Government of India has approved a Grant for Construction of a surgical unit at Teaching Hospital, Batticaloa under the Grant Assistance Project in Sri Lanka. 2. Government of India invites sealed bids from eligible and qualified bidders to construct two storied (Ground + First floor) building with total approximate floor area of 1464m 2 on Pad foundation along with water supply and drainage work, electrical work mechanical works and IT works. The Construction period is 365 calendar days. 3. Bidding will be conducted through National Competitive Bidding Procedure – Single Stage – Two envelope bidding procedure. (Single stage Two envelope: Bidder has to submit technical and financial bids and duplicate of it separately in four different sealed envelopes). Bid price of the technically qualified bidders will be red out at the time of opening of financial bids. 4. To be eligible for contract award, the successful bidder shall not have been blacklisted and shall meet the requirements of ICTAD (CIDA) registration as above. Indian companies if not registered already in Sri Lanka should be able to register and open LKR bank account in Sri Lanka before signing of contract for the purpose of payments. Also, it is required to register for VAT as the VAT payment will be released by the GOSL. 5. Qualification requirements are indicated in section 4 of the Bidding document. Additional details are provided in the Bidding Data & Contract Data (Section 5). 6. Interested bidders may obtain further information from Development Cooperation Wing, High Commission of India, 36-38, Galle Road, Colombo-03 and bidding documents can be seen at mission’s web site www.hcicolombo.org 7. A complete set of Bidding Documents in English language may be purchased by interested bidders from the Development Cooperation wing, High Commission of India, 36-38, Galle Road, Colombo-03 from 08 May 2018 to 23 May 2018 between 0930 hrs to 1600 hrs. upon payment of a non refundable fee of Rs.10,000.00 per document. The method of payment should be made by cash.

Upload: others

Post on 19-Nov-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Invitation for Bids (IFB) High Commission of India Colombo

Invitation for Bids (IFB) High Commission of India

Colombo Grant No.Col/DC/228/01/2015

Grant Name: Construction of a Surgical Unit at teaching Hospital, Batticaloa

Title

Estimated Cost SLR Mn

(Excluding VAT)

Contract Period Required Grade

Construction of a surgical unit at Teaching Hospital,

Batticaloa 275 365 days

Sri Lankan Bidder: C1 (Building)

Indian Bidder: Equivalent to C1 (Building)

1. Government of India has approved a Grant for Construction of a surgical unit at Teaching

Hospital, Batticaloa under the Grant Assistance Project in Sri Lanka.

2. Government of India invites sealed bids from eligible and qualified bidders to construct two storied (Ground + First floor) building with total approximate floor area of 1464m2 on Pad foundation along with water supply and drainage work, electrical work mechanical works and IT works. The Construction period is 365 calendar days.

3. Bidding will be conducted through National Competitive Bidding Procedure – Single Stage – Two envelope bidding procedure. (Single stage Two envelope: Bidder has to submit technical and financial bids and duplicate of it separately in four different sealed envelopes). Bid price of the technically qualified bidders will be red out at the time of opening of financial bids.

4. To be eligible for contract award, the successful bidder shall not have been blacklisted and shall meet the requirements of ICTAD (CIDA) registration as above. Indian companies if not registered already in Sri Lanka should be able to register and open LKR bank account in Sri Lanka before signing of contract for the purpose of payments. Also, it is required to register for VAT as the VAT payment will be released by the GOSL.

5. Qualification requirements are indicated in section 4 of the Bidding document. Additional details are provided in the Bidding Data & Contract Data (Section 5).

6. Interested bidders may obtain further information from Development Cooperation Wing, High Commission of India, 36-38, Galle Road, Colombo-03 and bidding documents can be seen at mission’s web site www.hcicolombo.org

7. A complete set of Bidding Documents in English language may be purchased by interested bidders from the Development Cooperation wing, High Commission of India, 36-38, Galle Road, Colombo-03 from 08 May 2018 to 23 May 2018 between 0930 hrs to 1600 hrs. upon payment of a non refundable fee of Rs.10,000.00 per document. The method of payment should be made by cash.

Page 2: Invitation for Bids (IFB) High Commission of India Colombo

8. Bids should be sent to the address below at registered post or by hand in duplicate to the Counsellor (Development Cooperation), High Commission of India, 36-38, Galle Road, Colombo-03 on or before 25 May 2018 at 1500 hrs. Late bids will be rejected. Bids will be opened soon after closing in the presence of the bidders’ representatives who choose to attend.

9. Pre Bid meeting will be held at the High Commission of India, 36-38, Galle Road, Colombo-03 at 1500 Hrs on 17 May 2018

10. Each bidder shall provide the name and contact details of an individual to act as a point of contact during the tender process. That person may be asked to clarify the bid to provide additional information during the evaluation process.

11. The High Commission of India, Colombo shall issue a Corrigendum or Addendum addressing all issues clarified during the pre-bid meeting.

12. Only communications that are in writing from the High Commission of India, Colombo may be considered as properly authorized expressions on the Mission’s behalf.

13. In submitting a bid to the Mission, the bidder will be deemed to have understood this bidding document, obtained all requisite information and verified the correctness of any information to be relied upon.

14. In submitting a bid to the Mission, the bidder will be deemed to be fully informed and to have accepted the terms and conditions outlined in this tender document.

15. The decision of High Commission of India in deciding the eligibility of the company to take part in the tender process is final.

16. The Mission reserves the right to accept or reject any or all Bid(s) and to annul the bidding process, at any time, thereby rejecting all bids, prior to any Contract being awarded.

17. The High Commission of India, Colombo reserves the right to clarify without restriction with bidders on any matter contained in the bids, without disclosing this to any other person.

18. The bidders should note that in the event of Contract having been awarded, the contractor will not assign in whole or in part its rights or obligations without the prior approval of the Mission.

19. All Sri Lankan and Indian bidders must fill the Bill of Quantities in Sri Lankan Rupees. Payment will be released in Sri Lankan Rupees based on measure and pay.

20. The contract will also include provisions for the bidding company to adhere to all local laws applicable. The contract will also include provisions of Force Majeure, termination of contract, consequences of termination and re-tendering after termination of contract.

21. Any dispute or difference regarding the interpretation of the provisions of the Agreement/Contract shall be resolved amicably between the parties. If the dispute is not resolved through mutual consultations within a period of six months, either party may refer the dispute to arbitration in accordance with the Arbitration & Conciliation Act 1996 of India as amended from time to time. The number of arbitrators shall be one and that the place of arbitration shall be New Delhi, India. In such a situation the applicable law

Page 3: Invitation for Bids (IFB) High Commission of India Colombo

will be the law of India. The language of the Tribunal shall be English. The cost shall be borne by the parties equally unless otherwise determined by the Arbitral Tribunal.

22. All bids shall be accompanied by a Bid Security as in the Bidding Data.

Counsellor and Head of Wing Development Cooperation High Commission of India No 36-38, Galle Road Colombo-03

Page 4: Invitation for Bids (IFB) High Commission of India Colombo

SECTION - 1 Instructions to Bidders ICTAD /SBD/02 Instructions to Bidders shall be read in conjunction with Bidding Data under Section 2 (Volume 2). Matters governing the performance of the Contractor, payments under the Contract, or matters affecting the risks, rights, and obligations of the parties under the contract are included under section 3 - Conditions of Contract (Volume 1) and contract Data under Section 4 (Volume 2). However, some information is reproduced in this Section to facilitate the bidders to price their bids. Instructions to Bidders will not be a part of the Contract and will cease to have effect once the Contract is signed.

Second Edition - January 2007 Addendum 01 Issued in October 2009

Page 5: Invitation for Bids (IFB) High Commission of India Colombo

SECTION – 2

BIDDING DATA

This Section shall be read in conjunction with section 1 – Instruction to Bidders, and is intended to provide specific information in relation to

corresponding clauses in section 1. Whenever there is a discrepancy, the provisions in Section 2 – Bidding Data shall supersede those provided in the

Section 1 – Instructions to Bidders

Page 6: Invitation for Bids (IFB) High Commission of India Colombo

Bidding Data

Instructions to Bidders Clause Reference

Entry

1.1 Employer’s Name and Address Name : High Commission of India

Address: 36-38, Galle Road, Colombo-03 Employer’s Representative The Director-Batticaloa Teaching Hospital Engineer Name: General Manager

Central Engineering Consultancy Bureau (CECB) Address: No.415, Bauddhaloka Mawatha,

Colombo 07.

1.1 Scope of Works Construction of two storied building with total approximate floor area of 1464m2 on Pad foundation along with water supply and drainage work, electrical work mechanical works and IT works

1.2 Time for Completion The Time for Completion for the whole of works shall be 365 calendar days from date of commencement.

2.1 Source of funds Government of India

4.1

Qualification Information The following information shall be provided in Section 9 - Schedules:

• CIDA (ICTAD) registration Registration number …………………… Grade …………………… Specialty …………………… Expiry date …………………… (Indian companies must produce registration document and documents to ensure the grading issued by Indian authorities)

• VAT registration number………………….. (Indian companies must produce the VAT registration certificate issued by Sri Lankan authorities before signing the contract)

• Attach construction program • Attach legal status (Sole proprietor, Partnership, Company, etc.)

• Attach authentication for signatory • Total monetary value of construction work performed for the last five years

• Experience in works of a similar nature and size for the last three years • Construction equipment • Staffing • Attach Work plan and methods;

4.2 (a) CIDA (ICTAD) registration required (Sri Lankan Companies)

Page 7: Invitation for Bids (IFB) High Commission of India Colombo

The registration required; Specialty Building Construction

Grade: C1

4.2 (b) 4.2(c)

Average annual volume of construction work performed in last 5 years Average annual volume of construction work performed in last five years shall be at least Rs.405 Million. Single largest building project of similar nature undertaken during the last three years shall not have been less than Rs.275Million.

4.2 (d) 4.2 (e) 4.2 (f)

Essential equipment Proposals shall include for the timely acquisition (own, lease, hire, etc.) of the following essential equipment;

1. Excavators /JCB/Backhoe 2. Hoist. 3. Whacker plate 4. Tipper Truck ( One cube) 5. Concrete mixer

Qualifications and experience of the Contractor’s Management staff

Position

Academic Qualification (Minimum)

Experience (Minimum)

Number

Project Manager (Civil) (Site – Part time)

BSc. (Eng) or equivalent with charter qualification

5 yrs

1

Site Engineer (Civil) (Site- full time)

BSc. (Eng) or equivalent

2 yrs

1

Technical Officer (Civil) (Site – Full time)

NDT/HNDE/NDES or equivalent

3 yrs

1

Technical Officer (Electrical) (Site – Full time)

NDT/HNDE/NDES or equivalent

3 yrs

1

Technical Officer (Mechanical) (Site – Part time)

NDT/HNDE/NDES or equivalent

3 yrs

1

Liquid assets and/or credit facilities required

The minimum amount of liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, shall be not less than SLR.65.0 Million.

10.1 Clarification of Bidding Documents

Employer’s address for clarification of bidding documents is:

Name of Officer: Counsellor (Development Cooperation)

Address: 36-38, Galle Road, Colombo-03,

13.1(A) (j) Documents comprising the Bid

Page 8: Invitation for Bids (IFB) High Commission of India Colombo

Bidders are required to submit with their Bids the following particulars

Qualification Information

The following information shall be provided in Section 9 – Schedules:

1.CIDA(ICTAD) Registration Registration Number: …………………………………… Grade: ……………………………………….…… Specialty: …………………. ……………………… Expiry Date: ……………………………………….……

(Indian companies must produce registration document and documents to ensure the grading issued by Indian authorities)

2.VAT Registration Number:………………………………. (Indian companies must produce the VAT registration certificate issued by Sri Lankan authorities before signing the contract)

3.Attach Legal Status (Sole proprietor, Partnership, Company etc.) 4.Attach authentication for signatory 5.Total monetary value of construction work performed during the last

five years; 6.Experience in works of a similar nature and size for the

last three years;

7.Construction equipment;

8.Staffing;

9.A Method Statement and Construction Programme, giving sufficient details, methodology and criteria, programme and time table for the execution of the Works and procurement of material. The following shall be included; Critical Path Work Programme illustrating the methodology that will be used to complete the works within the specified time frame including all Nominated and separate contracts. Critical Path Programme shall include the following

Identify all the building works and the proposed start and completion dates.

Identify all material resources required to and the lead times required between ordering the materials and the expected delivery to site,

Identify all labour resources required to complete the works, over the 24 hour day, per week of the construction period. Labour resources shall be indicated by trade and proposed number per trade.

All areas of potential risk (labour, material, other) Materials information will include materials ordered,

expected delivery date to site, and actual delivery date to site.

Identify any issue that may have impact on the completion of the works.

10. A list of the plant and machinery which the Bidder proposes to use in the execution of the Works, together with information in each case, on the type of plant/equipment, capacity, year of manufacture, country of origin and availability of spare parts;

Page 9: Invitation for Bids (IFB) High Commission of India Colombo

11. Details of construction management personnel required as per this contract, identifying them by name and their curriculum vitae shall accompany the Bid.

12. Particulars of the Bidder's proposed Site Organization, particulars of the labour force, giving details of the number of workmen to be employed during the Contract and their classifications;

13. Method of quality assurance; 14. Proposed safety precautions; 15. Details of guarantees/warranties for plants and equipment wherever relevant

14.4 Adjustments for change in cost Contract is not subjected to price escalation.

15.1

Shall quote only in Sri Lankan Rupees(LKR)

16.1

Period of Bid Validity : The Bid shall be valid up to 120 days from the date of closing of Bids

17.1 Amount of Bid security:

The amount of Bid Security is SLR 5,500,000.00 from (Sri Lanka Rupees Five Million Five Hundred Thousand only

17.2 The Bid Security shall be from a reputed commercial bank operated in Sri Lanka and approved by Central Bank of Sri Lanka on the format provided with the bidding document valid up to 166 days from the date of closing of the bid.

19.1 Pre-Bid meeting Pre-Bid meeting will be held: Date: 17 May 2018

Time: 1500 Hrs.

Venue: High Commission of India, No 36-38, Galle Road, Colombo-03

21.2 (a) Employer’s Address for Bid submission Employer’s address for the purpose of bid submission is:

High Commission of India, No 36-38, Galle Road, Colombo-03

21.2 (b) Identification number of Contract Identification Number of the Contract is: Col/DC/228/01/2015

22.1 Deadline for submission of Bids Deadline for submission of Bids. 1500 Hours, 25 May 2017

25.1 Bid opening time and Place High Commissioner of India, No 36-38, Galle Road, Colombo-03, at1530 Hrs on 25 May 2018

37 Fees and types of reimbursable expenses to be paid to the Adjudicator shall be on a case

Page 10: Invitation for Bids (IFB) High Commission of India Colombo

SECTION – 3

Conditions of Contract ICTAD /SBD/02 Conditions of Contract shall be read in conjunction with the Section 4 – Contract Data in Volume 2, which shall take precedence over the Conditions of Contract. Second Edition - JANUARY 2007 Addendum 01 Issued in October 2009

to case basis and shall be shared equally by the Contractor and the Employer.

Page 11: Invitation for Bids (IFB) High Commission of India Colombo

SECTION – 4

CONTRACT DATA

This section shall be read in conjunction with Section 3 – Conditions of Contract, and is intended to provide specific information in relation to corresponding Clauses in Section 3 – Whenever there is a discrepancy, the provisions in Section 4 – Contract Data shall supersede these provided in the Section 3 – conditions of contract.

Page 12: Invitation for Bids (IFB) High Commission of India Colombo

Contract Data

Conditions of Contract Clause Number/s

(*) 1.1.2.2 & 1.3

Employer’s name and address Employer’s representative

Name: High Commission of India Address: 36-38, Galle Road, Colombo-03 Name: The Director, Batticaloa Teaching Hospital

Contractor’s name and address

Name: …………………………………. Address: ………………………………….

(*) 1.1.2.4 & 1.3

Engineer’s name and address

General Manager, Central Engineering Consultancy Bureau (CECB), No. 415, Bauddhaloka Mawatha, Colombo 07

(*) 1.1. 3.3 Time for Completion of the Works

Time for Completion is 365 calendar days from the date of commencement

(*) 1.1.3.7

Defects Notification Period

Defects Notification Period is 365 Days.

(*) 2. 1 (*)3.1

Right to access to the Site Engineer’s Duties And Authority

14 Days after the Letter of Acceptance

The final construction cost cannot be beyond the final contract value. Engineer must ensure that the final construction cost should be within the contract price

(*) 4.2

Amount of performance Security

5% of the Initial Contract Price in the currencies and proportions in which the contract price is payable. The acceptable form is Unconditional guarantee. The performance security should be valid 60 days beyond the defect liability period.

(*)8.3

The period between program The amount to be withheld for late submission of an updated program

30 Days Rupees two thousand (Rs. 2000.00) per day including public holidays, Saturdays ,Sundays

(*) 8.7 Liquidated damages for the Works

1/2000 of the Initial Contract Price per Day

Page 13: Invitation for Bids (IFB) High Commission of India Colombo

(*) 8.7

Maximum amount of liquidated damages

10 % of the Initial Contract Price

12.2 (b) Method of Measurement

The Method of Measurement shall be SLS 573.

(*) 14.2 Total Advance Payment

20 % of the Initial Contract Price on a bank guarantee issued from a reputed commercial bank operated in Sri Lanka and also on the standard format attached to the bidding documents.

(*) 14.2

Number and timing of instalments (advance Payment)

1

(*) 14.3(c) Percentage of retention

10%

(*) 14.3(c) Limit of Retention Money

5 % of the Initial Contract Price. This will be released with the final bill as the performance security will cover the defect liability period.

(*) 14.5 Minimum amount of Interim Payment Certificates

SLR. 10 Million

Page 14: Invitation for Bids (IFB) High Commission of India Colombo

SECTION - 5

Standard Forms (Contract)

• Letter of Acceptance

• Agreement

• Performance Security

• Advance Payment Security

Page 15: Invitation for Bids (IFB) High Commission of India Colombo

Notes on Form of Letter of Acceptance

The Letter of Acceptance will be the basis for formation of the Contract as described in Clause 34 of the Instructions to Bidders. This Form of Letter of Acceptance should be filled in and sent to the successful bidder only after evaluation of Bids and after obtaining approval from the relevant authority.

FORM OF LETTER OF ACCEPTANCE [Letter heading paper of the procuring entity]

…………………………. [Date] To: -------------------------------------------- [name and address of the Contractor]--------- This is to notify you that your bid dated ----------- [insert date] for the construction and remedying defects of the ----------------------------- [name of the Contract and identification number] for the Contract price of --------------[name of currency]-----------------------------------------------------[amount in figures and words] as corrected in accordance with Instructions to Bidders and/ or modified by a Memorandum of Understanding, is hereby accepted. You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract documents. The Commencement Date shall be: ……………… (fill the date as per Clause 8.1 of Conditions of Contract). The amount of Performance Security is:…………… (fill the amount as per Clause 4.2 of Conditions of Contract). The Performance Security shall be submitted on or before ……………………... (fill the date as per Clause 4.2 of Conditions of Contract). Authorized Signature : …………………………………… Name and title of Signatory: ……………………………………………………………….

Page 16: Invitation for Bids (IFB) High Commission of India Colombo

FORM OF AGREEMENT

This Agreement made the ………. [day] of ……………… [month] 201…..[year], between ……………………………………..[name and address of Employer] (hereinafter called and referred to as “the Employer”), of the one part, and ……………………………………….. [name and address of Contractor] (hereinafter called and referred to as “the Contractor”), of the other part: Whereas the Employer desires that the Contractor execute ………………………………… [name and identification no of Contract](hereinafter called and referred to as “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and remedying of any defects therein, The Employer and the Contractor agree as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Contract.

2. In consideration of the payments to be made by the Employer to the Contractor as indicated in this Agreement, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of executing and completing the Works and remedy any defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

In Witness whereof the parties hereto have caused this Agreement to be executed the day and year aforementioned in accordance with laws of Sri Lanka.

……………………………………….. ………………………………………..

Authorized signature of Contractor Authorized signature of Employer

COMMON SEAL COMMON SEAL In the presence of Witnesses: 1. Name and NIC No. …………………………………………. Signature ……………………………………………………. Address ………………………………………………………

2. Name and NIC No. ………………………………………….. Signature ……………………………………………………..

Address ……………………………………………………….

Page 17: Invitation for Bids (IFB) High Commission of India Colombo

FORM OF PERFORMANCE SECURITY (Unconditional)

------------------ [Issuing Agency’s Name, and Address of Issuing Branch or Office] ----------------------

Beneficiary: Counsellor (Development Cooperation) High Commission of India, No 36-38, Galle Road, Colombo-03

Date: ------------------------------

PERFORMANCE GUARANTEE No.: -------------------------

We have been informed that ----------------- [name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. --------------- [Reference number of the Contract] dated ------------- with you, for the -------------- [insert “construction”] of ------------------- [name of Contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the Conditions of the Contract, a performance guarantee is required.

At the request of the Contractor, we ---------------- [name of Agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ------------------------ [amount in figures] (-------------------------------------------------------------------------------------------) [amount in words], upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the …. day of ……, 20...[insert date, 60 days beyond the Time for Completion of defect liability period] and any demand for payment under it must be received by us at this office on or before that date.

_____________________ [signature(s)]

Page 18: Invitation for Bids (IFB) High Commission of India Colombo

FORM OF ADVANCE PAYMENT SECURITY

------------------------- [Name and address of Agency, and Address of Issuing Branch or Office] ------

Beneficiary: Counsellor (Development Cooperation) High Commission of India, No 36-38, Galle Road, Colombo-03

Date: ----------------------------------

ADVANCE PAYMENT GUARANTEE No.: ---------------------------

We have been informed that --------------- [name of Contractor] (hereinafter called “the Contractor”) has entered into Contract No. ------------- [reference number of the contract] dated ---------------- with you, for the ----------- construction of ----------------- [name of contract and brief description] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum ---------------- [amount in figures] (----------------) [amount in words] is to be made against an advance payment guarantee.

At the request of the Contractor, we --------------- [name of issuing agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ----------- [amount in figures] (--------------) [amount in words] upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation in repayment of the Advance Payment under the Contract.

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Contractor.

This guarantee shall expire on ………. [Insert the date, 60 days beyond the Time of Completion]

Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

___________________ [signature(s)]

Page 19: Invitation for Bids (IFB) High Commission of India Colombo

SECTION - 6

Specifications

• General Specifications

• Special Specifications (Technical Specification)

Page 20: Invitation for Bids (IFB) High Commission of India Colombo

A - GENERAL SPECIFICATIONS

General specifications that are applicable to this project are listed below: A set of precise and clear specifications is a pre-requisite for bidders to respond realistically and competitively to the requirements of the Employer without qualification or conditioning their bids. The specifications must be drafted to permit the widest possible competition and, at the same time, present a clear statement of the required standards of workmanship, materials, and performance of the goods and services to be procured. Only if this is done will the objectives of economy, efficiency, and fairness in procurement be realized, responsiveness of bids be ensured, and the subsequent task of bid evaluation facilitated. The specifications should require that all goods and materials to be incorporated in the works be new, unused, of the most recent or current models, and incorporated all recent improvements in design and materials unless provided otherwise in the Contract. For drafting specifications the Employers are advised to use the following standard specifications published by CIDA. * SCA / 3 / 1 - Irrigation & Land Drainage * SCA / 3 / 2 - Water Supply Sewerage & Storm Water Drainage * SCA / 3 / 3 - Reclamation Works * SCA / 3 / 4 - Ground Water Exploration & Exploitation * SCA / 4 - Building Works (Vol I) * SCA / 4 - Building Works (Vol II) * SCA / 5 - Roads and Bridges * SCA / 8 - Electrical & Mechanical Works * Any other Standard Specifications approved by the Government of Sri Lanka.

Copies of above publications shall be purchased from the Construction Industry Training Authority (CIDA), “Savsiripaya”, 123, Wijerama Mawatha, Colombo 07.

Page 21: Invitation for Bids (IFB) High Commission of India Colombo

Construction of surgical unit at Teaching Hospital, Batticaloa

(BLOCK-01)

Technical Specification

Contents 1.0 GENERAL SPECIFICATIONS

1.1 Good Practice 1.2 Norms & Standards 1.3 Submittals

2.0 GENERAL INTRODUCTION 3.0 MOBILIZATION AND DEMOBILIZATION

3.1 General 3.2 Mobilization

3.2.1 Working Areas 3.2.2 Clearance of the Sites 3.2.3 Temporary Works 3.2.4 Plant and Equipment 3.2.5 Safety Gear 3.2.6 As-built Drawings

3.3 Setting out and Surveying 3.3.1 General 3.3.2 Project Setting out System 3.3.3 The Contractor’s Setting out

4.0 PARTICULAR SPECIFICATIONS 4.1 Specification for Excavation and Earthwork

4.1.1 Earth Filling 4.1.2 Surface Treatment

5.0 SPECIFICATION FOR CONCRETE WORKS 5.1 In-Situ Concrete 5.2 Ready Mixed Concrete

5.2.1 Reinforced Cement Concrete requirement of Ready Mixed Concrete 5.2.2 Trail Mixes for Designed Mixes 5.2.3 Testing Work Concrete 5.2.4 Batching Concrete 5.2.5 Mixing Concrete

5.3 Reinforcement In Situ Concrete 6.0 SPECIFICATION FOR WATERPROOFING

6.1 General

6.1.1 Warranty

Page 22: Invitation for Bids (IFB) High Commission of India Colombo

6.1.2 Substructure 6.1.3 Application 6.1.4 Joints with Abutting Walls, Columns, piping ..etc. 6.1.5 Surface Preparation 6.1.6 Alternative Proposals

6.2 Specification System to Roof Slabs (Waterproofing Type WP1)

6.2.1 Levelling Screed 6.2.2 Water Proofing Membrane 6.2.3 Insulation 6.2.4 Concrete Covering Screed 6.2.5 Cement Rendering

6.3 Waterproofing to Toilet Areas and Balconies (Waterproofing Type WP2) 6.3.1 Waterproofing Material 6.3.2 Application

6.4 Waterproofing to Roof Terraces (Waterproofing Type WP3) 6.4.1 Levelling Screed 6.4.2 Waterproofing Membrane 6.4.3 Insulation and Concrete Covering Screed

6.5 Waterproofing to Water Sumps and Flower Troughs(Waterproofing TypeWP4) 6.5.1 General 6.5.2 Primer Coating 6.5.3 Waterproofing Material 6.5.4 Protective Screed

6.6 Waterproofing to Manholes, Pits, Gullies and Gutters(Waterproofing Type WP5) 6.6.1 General 6.6.2 Shop Drawings 6.6.3 Samples 6.6.4 Samples Installation on site 6.6.5 Maintenance Manual

7.0 SPECIFICATION FOR STRUCTURAL METAL WORKS FOR STEEL IN FRAMED STRUCTURES. 7.1 General 7.2 Hot Dip Galvanizing

8.0 SPECIFICATION FOR WOOD WORK OF DOORS AND WINDOWS. 9.0 SPECIFICATION FOR PARTITIONS

9.1 General 9.2 Materials 9.3 Powder Coating 9.4 Wind Loading 9.5 Weather Stripping 9.6 Screws Nuts etc. 9.7 Ironmongery 9.8 Glass 9.9 Thickness of Anodic Coating 9.10 Colour Matching 9.11 Rejection

Page 23: Invitation for Bids (IFB) High Commission of India Colombo

9.12 Delivery and Packing 9.13 Assembly 9.14 Air and Water Infiltration 9.15 Cleanliness 9.16 Protection 9.17 Control Sample

10.0 SPECIFICATION FOR ROOF

10.1 Specification for Roof Truss 10.1.1 Steel Work 10.1.2 Drawings

10.2 Specification for Covering 10.3 Insulation

11.0 SPECIFICATION FOR SANITARY INSTALLATIONS 11.1 Water Closet and Cistern for Upper Floors 11.2 Water Closet and Cistern for Ground Floor 11.3 Squatting pan and High Level Cistern 11.4 Pedestal Type Wash Basin and Vanity Type Wash Basin

11.4.1 Pedestal Type Wash Basin 11.4.2 Vanity Type Wash Basin

11.5 Urinals 11.6 Hand Spray Unit 11.7 Taps, Valves, Cocks

12.0 SPECIFICATION FOR IRONMONGERY 13.0 SPECIFICATION FOR SUSPENDED GRID CEILING SYSTEM INCLUDING CEILING

PANELS 13.1 Ceiling Panels – Acoustic Panels 13.2 Suspended Ceiling System 13.3 Assembly 13.4 Cement Fiber Ceiling – Slope 13.5 Cement Fiber Ceiling – Flat Ceiling

Page 24: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

1.0 GENERAL SPECIFICATIONS

The works under this contract shall be executed in accordance with the specifications given in the following documents issued by the Institute for Construction Training and Development (ICTAD),“Savsiripaya”,Wijerama Mawatha,Colombo-07, as applicable. The specifications given in this document, if any, shall take precedence over the ICTAD documents wherever relevant.

1. Specification for Building Work- Sri Lanka (Vol.I) 3rdEdition (Revised July2004).

ICTAD Publication No. SCA/4 (Vol. 1)

2. Specification for Building Work- Sri Lanka (Vol.2) Sanitary Installation.2nd

Edition (Revised October 2001). ICTAD Publication No. SCA/4 (Vol.II).

3. Specification for Irrigation and Land Drainage Works- Sri Lanka 2nd Edition (Revised Nov 1999). ICTAD Publication No. SCA/3/1

4. Specification for Water Supply & Sewerage and Storm Water Drainage Works- Sri

Lanka 2nd Edition (Revised April2002). ICTAD Publication No. SCA/3/2.

5. Specification for Reclamation Works- Sri Lanka 2nd

Edition (Revised December 1999). ICTAD Publication No. SCA/3/3.

6. Specification for Ground Water Exploration and Exploitation Works- Sri Lanka2nd

Edition (Revised May1999). ICTAD Publication No. SCA/3/4 7. Specification for Electrical and Mechanical Works associated with Building &Civil

Engineering-Sri Lanka. ICTAD Publication No. SCA/82nd

Edition (Revised August 2000).

And any other standard specifications approved by the Government.

Eligible bidders are expected to be fully acquainted with the above documents and hence these will not be issued to the bidders with this document.

Bidders may purchase same if necessary, from ICTAD, “Savsiripaya”, 123, Wijerama Mawatha, Colombo 07.

Page 25: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

1.1

1.2

1.3

2.0

Good Practice

Good Practice demands where and to the extent that materials, products and workmanship are not fully specified in the aforesaid documents, it shall be implied that they are to be:

• Suitable for the purpose of the Works stated in or reasonably inferred from the

Contract Documents.

• In accordance with good building practice, including the irlevan provisions of

current BSI documents. Norms & Standards The equipment, accessories, material, install action testing and commissioning shall be done in accordance with following norms & standards.

a. The British Standard Specifications For and Codes of Practice.

Submittals 1 The contractor shall submit all necessary information, design calculation and shop

drawings to the consultant before deliver from the factory for approval. 2 The contractor shall prepare all necessary shop and erection drawings and data

covering equipment to be installed. These data shall include manufacturer's certified drawings showing details of size.

GENERAL INTRODUCTION

General Description of the Works The project involves the Construction of two storied School Building and other associated works as specified. For the full scope of work reference is made to the following chapters of these Specifications, the Drawings and the Bill of Quantities.

Page 26: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

3.0

3.1

3.2

MOBILISATION AND DEMOBILISATION

General

This chapter of the Specifications refers to certain particulars of the Contractor's General obligations under the Condition of Contract here under all temporary works, provisions of construction plants and equipment required for execution of the Works together with other temporary works and supplies specified in this section. On completion of the Contract all temporary works, plants, equipment and surplus material shall be removed unless otherwise specified and the Contractor shall clean up all the premises of the Works.

Mobilization

3.2.1 Working Areas

The working areas include:

A. The areas on which building area and their immediate vicinity.

The extent of immediate vicinity is not defined, but may in general be understood as the area within 50m from the work site.

B. Areas for stock piling of building materials.

C. Areas for site offices, stores, garage and workshops and for the movement of

Contractor's equipment at Site.

The Contractor may occupy working areas mentioned above at the commencement of the works and at no cost to him.

In case if additional areas are required, the Contractor must make his own arrangements with property owners for obtaining access to the necessary working areas of category B and C and the Contractor shall include all costs in this connection in his prices.

The Employer will endorse applications from the Contractor to Government agencies for obtaining permission to use their land as working area

Unless otherwise agreed with the property owners (public and private) the working areas- when abandoned-shall be brought back to the same conditions as before occupied by the Contractor.

Page 27: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

3.2.2 Clearance of the Sites

The Contractor shall clear the working areas as necessary to carry out the construction. In order to preserve the vegetation the Contractor shall not be permitted to remove any trees unless approved by the Engineer's Representative and the respective landowner.

3.2.3 Temporary Works

The Contractor shall provide, install and maintain all temporary offices, stores, workshops, labour camp, housing facilities for his staff together with all temporary roads, electricity supply, water supply, sanitary installations, telephone services and communication systems and other utilities required for the proper execution of the work.

3.2.4 Plant and Equipment

Mobilization of Contractor's constructional plant and equipment shall include:

a. Assembly, preparation and loading for shipment of all plant and equipment at the

Contractor's home station or source of supply:

b. Transportation of plant, equipment and material from the home station ors ource of supply to the site; and

c. Unloading and installation of all plants and equipment ready for use.

3.2.5 Safety Gear

The Contractor shall provide and maintain the following safety gear for the Engineer's Representative and his staff during the execution of works, unless expressly specified otherwise:

- 2 pair of safety shoes - 2 nos. of raincoats - 2 nos. of boots - 2 nos. of helmets

All above items shall be of a recognised brand and subject to approval of the Engineer's Representative.

Page 28: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

3.3

3.2.6 As-Built Drawings

As soon as possible after completion of each as-built drawing, the Contractor shall deliver to the Engineer's Representative one print of the drawing for checking. One additional print shall be provided on request, if the Engineer's Representative finds errors and wishes to mark-up the drawing with necessary amendments. The Engineer will confirm acceptance of each drawing when satisfied that it correctly records the as- built details. At the end of the contract, the contractor will handover the as-built drawing (three sets of hard copy and one digital copy) to the Employer.

SETTING OUT AND SURVEYING

3.3.1 General

The works specified in this Chapter of the Specifications comprise all services in connection with setting out and surveying.

According to the specifications and instructions from the Engineer the Contractor shall furnish all materials, equipment, tools and labour, which are required for the services mentioned in this chapter of the Specifications.

3.3.2 Project Setting Out System

Horizontal measurements for setting out shall be based on the Project Setting Out System. Vertical measurements shall refer to chart datum(CD)0.0 as defined by the Engineer.

The Project Setting out System is based on grid coordinates and main reference lines as shown on the drawings.

3.3.3 The Contractor's Setting Out

Ground markers shall be established for the above-mentioned main reference lines.

The Contractor shall protect, and maintain the sepermanent ground markers during the period of the Contract. The Contractor shall install, protect and maintain during the period of the Contract, such additional permanent and/or temporary ground markers as are necessary for the execution of the Works, or as required by the Engineer.

Sufficient working space shall be available around each ground marker to enable the survey instruments to be erected and operated.

Page 29: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

4.0

4.1

PARTICULAR SPECIFICATIONS The Particular Specification shall be read in conjunction with the General Specification where applicable. In the event the Particular Specification is in conflict with the General Specification, the Particular Specification shall prevail.

Note:

In the specifications if any materials/fittings are described by using a trade name, it is only for the purpose of indicating the minimum level of quality and standard required. The Bidder may use any other material/fitting, which are considered as equivalent in quality and standard to the specified there in subject to the approval of the “Engineer”.

SPECIFICATION FOR EXCAVATION AND EARTHWORK

4.1.1 EARTH FILLING • Stripping of Top Soil

Where the existing ground surface is covered with vegetation top soil or other unsuitable material, it shall be removed together with roots, rubbish or objectionable materials etc. Vegetation or other unsuitable materials removed shall be disposed within 5.0 kms of the site.

• Borrow Material

Borrow material shall comply with the following specifications:

a) It shall be tested for its suitability by a recognized testing organization acceptable to

the Engineer. It shall be well graded soil mixture with grave-lands and–not less than 70% silt and clay–not more than 30%

b) The Contractor shall forward from each borrow pit at different levels, the test results

of particle size distribution and Proctor compaction tests by a recognized testing organization to the Engineer for approval.

c) It shall be free of vegetation, roots and such other deleterious material.

d) Maximum dry density at optimum moisture content (Standard Proctor Density) shall

not be less than 1.6 gm/cm3.

e) Maximum size of particles shall not exceed 80 mm.

Page 30: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

• Placing of Fill Material

The distribution and gradation of the material throughout the fill shall be carried out as directed by the Engineer, so as to ensure that the fill will be free from lenses, pockets, streaks, or layers of material differing substantially in texture or gradation from the surrounding material. The borrow excavation and placing operation shall be such that the materials when compacted will blend sufficiently to secure the best practicable degree of compaction and stability. Successive loads of material shall be dumped and spread so as to produce the best practicable distribution of material and for this purpose the Engineer may designate the locations in the fill areas where individual loads shall be deposited.

The fill material shall be placed in layers not exceeding 225-mm thickness in loose state. The fill shall be compacted at each lift to not less than 95% of the Standard Proctor Density for the building area. For the earth filling along the road way and access roads, the fill shall be compacted at each lift to not less than 95% of the standard Proctor density. The thickness of the1st layer may be increased to facilitate compaction with the approval of the Engineer. The method of compaction shall be approved by the Engineer.

• Moisture Control

The moisture content of the fill material prior to and during compaction shall be maintained and distributed uniformly through each layer. The allowable placement moisture content will be determined by the Contractor on Engineer’s approval so that fill placement can be made under optimum moisture content of the fill material.

• Density Control

To determine the dry density requirements of the compacted fill, field and laboratory tests shall be made on samples of compacted material taken ona10-m grid.

• Method of Measurement

The quantity of fill material shall be determined by measuring the depth by auguring and multiplying by the area each auger hole represents. All such quantities shall be added to determine the total quantity. Interim payments shall be made on quantities estimated by the Engineer.

• General Construction Methods

The Engineer shall have complete control over the excavation, moving, filling and disposition of all material and shall determine the suitability of material to be placed in fill areas. All material determined unsuitable shall be placed in spoil area and/or removed from site as directed by the Engineer.

Page 31: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

The Contractor shall inform and satisfy as to the character; quality and distribution no fall materials to be excavated filled, spoiled and borrowed.

Should the Contractor through negligence or other fault excavate or fill beyond the designated lines, he shall replace/remove such excavation/fill in an approved manner and conditioned at his own expense.

4.1.2SURFACE TREATMENTS

SPECIFICATIONFOR ANTI-TERMITE TREATMENT

• Type of Chemical An aqueous solution should of a specially formulated Organophosphate based termiticide be used for this treatment programme. This chemical should have a property which combines with soil particles and remain within the treated area. There by creating a chemical carrier in the soil which should avoid infestation of subterranean termites in the future.

• Method of Treatment This treatment should be carried out in two stages. The initial stage should involve the spraying of the termiticide to all trenches and bases of the columns / footings.

The second stage should be carried out after the back-filling of earth and prior to the laying of the concrete floor. This would involve the injection of the termiticide along the inner and outer perimeter of the building at 1 meter intervals and approx.1.5Litresperhole.The depth of a hole would be approx.0.5meters. Thereafter the entire floor area would be sprayed using the same termiticide and approx. 5 Litres per square meter.

• Method of Application The termiticide would be injected and applied under pressure of 250-350 p.s.i. using a motorized portable pressure pump.

• Warranty The Contractor shall submit prior to acceptance of the work written certificate of warranty of 10 years from the date of completion of the treatment and if any outbreak of termites is experienced within this period, Contractor should carry out the necessary treatment free of charges.

Page 32: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

5.0

5.1

5.2

SPECIFICATION FOR CONCRETE WORKS

Note: Contractor shall also refer to the notes given on the structural drawings A. IN-SITU CONCRETE

Grade of concrete used in the construction and the suggested mixes shall be as per the relevant sections of BS or otherwise specified by the Engineer.

B. READY MIXED CONCRETE

5.2.1 Reinforced Cement Concrete Requirement of Ready Mixed Concrete

Specification of Concrete Mix.

The concrete used shall be ready mixed concrete in accordance with the requirements of BS5328 and also conform to the following.

(a) It shall be a designed mix.

(b) Cement used shall be ordinary Portland cement conforming to BS12:1989

(c) Coarse and fine aggregates used shall conform to BS882:1983.

(d) Nominal maximum size of aggregate shall be 20mm.

(e) Concrete shall be of grade, grade25orgrade30as specified. (f)

Minimum cement content 275 kg/m3.

(h)Slump shall be not less than 100mm and not to exceed 160mm.

(j) Maximum free water / cement ratio 0.60.

(k) Maximum cement content 400 kg/m3. (l) Any ad mixture used shall be with prior approval.

The Contractor shall submit the designed mix specification to the Engineer for prior approval.

Page 33: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

5.2.2 Trial Mixes for Designed Mixes

General

Trial mixes shall be prepared for each grade of concrete in accordance with BS 1881,unless there are existing data showing that the proposed mix proportion sand manufacture will produce a concrete of the strength and quality required having adequate work ability for compaction by the method to be used in placing.

Preliminary Trial Mixes &Compliance

When required in accordance with Clause 2.1 the Contractor shall, before the commencement of the concreting, have preliminary trail mix seprepared, preferably under full scale production conditions or if this is not possible, in an approved laboratory using a sufficient number of samples to be representative, of the aggregates and cement to be used.

Trial mixes during the work

Where a trial mix is required after commencement of the work, procedure in Clause 2.2 shall be adopted for full-scale production conditions as approved.

Work ability

The work ability of each batch of the trial mixes shall be determined by the slump test as described in BS 1881 or by an alternative approved method.

Variations to approved mix

When a mix has been approved, no variation shall be made in the proportions, the original source of the cement and aggregates or their type, size on grading zone without the consent of the Engineer. Further tests may be required.

5.2.3TestingWorkConcrete

Samples

Concrete for the works shall be sampled in accordance with BS 1881.

Work ability

The work ability of concrete shall be determined by the slump test as described in BS 1881 or by an alternative approved method.

Page 34: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

Tests for Strength

Sampling and testing of works concrete shall be carried out in accordance with BS 1881. Compliance of the concrete with the specified characteristic compressive strength shall be determined in accordance with Clauses 3.16 and 3.17 of BS 5328 Part 4: 1990.

Records of Tests

The Contractor shall keep a detailed record of the results of all tests on concrete and concrete materials. Each test shall be identified with the work to which it relates.

5.2.4 Batching Concrete

General

Unless otherwise specified the requirements in Clauses 4.2 and 4.3 shall be met.

Tolerance in Weights

The weights of the quantities of each size of aggregate and of cement shall be within a tolerance of 2% of the respective weights per batch after due allowance has been made for the presence of free water in the aggregates which shall be determined by the Contractor by an approved method.

Moisture content of aggregates

The moisture content of aggregates shall be measured immediately before mixing and as frequently thereafter as is necessary to maintain consistency of mix.

5.2.5 Mixing Concrete

Type of Mixer

The mixer shall be of the batch type, unless otherwise approved, and shall have either been manufactured in accordance with BS 1305 or shown by tests in accordance with BS 3963 to have mixing performance within the limits of Table 6 of BS 1305.

Tolerance of Mixer Blades

Mixing blades of pan mixers shall be maintained within the tolerance specified by the manufacturers or mixers, and the blades shall be replaced when it is no longer possible to maintain the tolerance by adjustment.

Page 35: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

5.3

Cleaning of Mixers

Mixers which have been out of use for more than 30 minutes shall be thoroughly cleaned before another batch of concrete is mixed. Unless otherwise specified by the Engineer, the first batch of concrete through a mixer shall contain the normal batch quantity of cement and sand, but only two thirds of the normal quantity of coarse aggregate. Mixing plant shall be thoroughly cleaned between the mixing of different type of cement.

5.2.6 Transporting Concrete

The method of transporting concrete shall be submitted for approval. Concrete shall be transported in uncontaminated water-tight containers in such a manner that loss of material and segregation are prevented.

Pumping Concrete

The use of pumped concrete and the methods employed in its use shall be subject to approval.

C. REINFORCEMENT IN INSITU CONCRETE

Reinforcing steel shall conform to the following standards:

Grade fy=460N/mm²–Deformed high yield steel bar reinforcement conforming to BS 4449: 1997

Grade fy =250N/mm²–Plain round steel bar reinforcement conforming to BS 4449:1997

Contractor shall produce a certificate of origin from the manufacture and a test certificate of compliance with the relevant Sri Lankan and British Standard from an approved Laboratory at the Contractor’s own cost.

Page 36: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

6.0 6.1

SPECIFICATION FOR WATER PROOFING General

6.1.1 Warranty

Water proofing shall be applied in accordance with the directions of the manufacturer of the materials and components and the complete systems shall be laid, fixed and/or applied by experienced specialist crew.

Notwithstanding maintenance requirements for the Works, the Contractor shall warrant the Employer with the assurance of a reputable local insurance company that roofs, basement, toilets, tanking etc. Shall remain waterproof and damp-proof in respect of workmanship and materials for a period of 10 years calculated from the date on the Certificate of Completion.

The form of guarantee offered by the specialist applicator shall be submitted for the Engineer’s approval prior to commencement of waterproofing. This guarantee shall in no way indemnify the Contractor against improper workmanshipor performance of the waterproofing system.

6.1.2 Substructure

It shall be the Contractor’s responsibility to ensure that the specialist applicator takes note of the nature of the structures, including any movement joints provided,when designing his waterproofing system.

The laying of a waterproofing system on a concrete, screed or masonry surface will be taken as signifying the acceptance of that surface, both in terms of surface quality, spacing and arrangement of movement joints by the contractor and his specialist applicator.

6.1.3 Application

Where applicable, aprons and other sections for roof/slab/wall penetrations, trims, side laps, bends and corners shall be incorporated, correctly finished and uniformly lined.

The waterproofing system shall be dressed up a butting walls, columns etc. And all pipes and other penetrations to a minimum height of 300mm above the top of the concretes labor as directed by the Engineer.

Sharp corners are to be filled with screed or other fillets and waterproofing should be laid With generous overlap as per manufacturer’s instructions. When waterproofing is to be applied on exposed areas, colours have to be approved by the Engineer.

Page 37: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

Where finishes such as screeds, concrete paving or tiles etc. Are specified to be laid over Waterproofing membranes laid on concrete floors, the floor shall be tested for water- tightness prior to laying of the tiles/paving etc. Sumps, tanks, etc. Shall also be tested after the application of waterproofing systems. The cost of carrying out the setests, including that of blocking any outlets etc., shall be borne by the Contractor. Where it is seen that water tightness has not been achieved, the Contractor shall take whatever remedial measures are reordered by the Engineer and the cost of all such measures shall be borne by the Contractor.

6.1.4 Joints with Abutting Walls, Columns, Piping, etc.

Joints with abutting structures shall be carried out with materials as specified in the relevant clause of other trades, such as aluminium, sealants etc., and/or otherwise as generally shown in typical details on the drawings.

Special joints, not shown on drawings or particular sections there of requiring special attention, are deemed to be included in the Contractor’s bid, and are to be executed in a workman like manner and in concert with and to the satisfaction of the Engineer.

6.1.5 Surface Preparation

The Contractor shall prepare all surfaces which are to receive waterproofing material. The surface shall be dry, clean, and free from loose materials, paints and film sand to the entire satisfaction of the Engineer.

Concrete which is contaminated by oil or grease shall be chiselled way and refilled

6.1.6 Alternative Proposals

The Contractor may propose alternative reputable waterproofing systems to that specified herein, together with the relevant specifications and method of application for the approval of the Engineer. Such construction shall in any case be suitable for prevailing and tropical conditions of the works and shall be without extra cost to the Employer.

Page 38: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

6.2 Waterproofing System to Roof Slabs (Waterproofing Type WP1)

6.2.1 Leveling Screed

Concrete slabs hall beg routed with a cement/water slurry before the laying of levelling screed.

Cement: Sand(1:3) levelling screed shall be mechanically/manually batch mixed and laid with a minimum thickness of 25mm. The falls to be achieved shall not be lessthan1:200 unless otherwise shown on the drawings. Screeds shall be laid with even slopes and internal and external corners shall have cover fillets with a radius of at least 70mm. The screeds shall be finished with a wooden float.

The screed shall be covered with wet gunny bags, sand or equal method and kept damp for 5 days, or as directed by the Engineer. Screed shall be protected from rainfall. Waterproofing membrane shall not be applied until the surface is thoroughly dried out.

6.2.2 Waterproofing Membrane

Waterproofing membrane shall be U.V. resistant mineralized atacticpolypropylene (APP), reinforced with a robust, is topicspunbonded, non-woven polyester mat, with approx. Weight 4.0kg/m2 and 4.0mm thick suitable for Torched-on application over the substrate after application of the approved primer.

At interruption of work, the edges of the sheets have to be finished in such a manner that rain water and dust cannot penetrate underneath.

6.2.3 Insulation

On top of the waterproofing membrane, polyurethane or extruded polystyrene boards of 60mm thick and thermal conductivity of approx. 0.027 W/mK shall be laid.

The boards shall be 600x1200mm in size and shall have rebated edges all round for interlocked laying.

6.2.4 Concrete Covering Screed

50mm thick Grade C20 concrete covering screed shall be laid over non-woven geo textile polyester mator equivalent with 100mm laps atjoints.5 0x50mm galvanized steel wire mesh (3mmdia.) shall be incorporated in the concrete screed layer. 10mm thick expansion joints shall be provided in covering screed to limit The concrete screed panel size to approx. 4Sqm. Expansion joints shall coincide with the joints of the tile layer above filled by an approved UV stable, polysulphide orpolyurethane sealant, the service temperature of which shall be greater than 80ºC.

Page 39: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

6.3

6.4

6.2.5 Cement Rendering

20mm thick cement sand rendering with 1:3 mortar and curing the application 3 days.

Waterproofing to Toilet Areas and Balconies (Waterproofing Type WP2)

6.3.1 Waterproofing Material

The material used shall be anacrylicbasedpolymer modified cement itiouscoating system comprising minimum of two coats.

6.3.2 Application

Waterproofing shall be carried out in specified areas of the concrete floor slab and up to 300mm above finished floor level on thinly plastered masonry walls in toilet areas and balconies and up to 1500mm high in shower areas.

The waterproofing material shall be applied in conformity with the manufacturer’s Instructions.

After the waterproofing is sufficiently cured the area shall be ponded with water for at least 3 days for observation of leaks, if any leaks are observed the application of the membrane shall be repeated. If no leaks or dampness are observed, floor tiling or other finish shall follow as soon as possible, so as not to damage or disturb the waterproofing or otherwise a protective screed of 15mm thick 1:3 cement sand shall be laid over the waterproofing or otherwiseaprotectivescreedof15mmthick1:3cementsandshall be laid over the waterproofing.

Waterproofing to Roof Terraces (Roof Gardens) (Waterproofing Type WP3)

6.4.1 Levelling Screed

Same as that specified or TypeWP1.

Page 40: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

6.5

6.4.2 Waterproofing Membrane Waterproofing Membrane shall be of high quality Bitumen Modified(SBS) with stabilizers and antioxidants suitable for Torched-on application over the sub strata after the application of the approved primer. Waterproofing Membrane shall have been specially treated to stop root growth.

6.4.5 Insulation and Concrete Covering Screed

Same as that specified for Type WP1.

Waterproofing to Water sumps and Flower Troughs (Waterproofing Type WP4)

6.5.1 General

This section deals with the waterproofing of water tanks, planter boxes, flower troughs etc. Before surface finishing.

6.5.2 Primer Coating

The smoothness and evenness of the surface concrete or masonry work to which the waterproofing is to be applied shall be to the entire satisfaction of the Engineer. Uneven are as, rough areas and chiselled patches shall be treated with an approved poxy resinbasedun-pigmented primer and to be levelled with a homogeneously mixed approved 2-component epoxy mortar, applied while the primer is not fully hardened.

The mortar shall be finished smooth and straight using steel float in a rotating movement

and under even pressure, with rounded or covered fillets/edges as the position or purpose dictates.

6.5.3 Waterproofing Material

Waterproofing material shall be flexible two part acrylic modified cementitious waterproofing compound and shall have the following properties :

- non-toxic - anti-carbonation protection capabilities - foot trafficable when cured - shall not attack steel reinforcement

Page 41: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

6.6

The minimum thickness of the membrane shall be 1.5mm and shall have following mechanical properties:

- Minimum tensile strength 1.5 N/mm2

- Minimum elongation at break 200% 6.5.4. Protective Screed

Cement, sand(1:3)protective screed of minimum thickness 20mm finished smooth with cement rendering shall be laid over the waterproofing.

Waterproofing to Manholes, Pits, Gullies and Gutters (Waterproofing Type WP5)

All man holes, pits, gullies etc. Inside and outside the building for drainage, wastewater, sewerage and rain water shall be internally treated with waterproofing material as specified in Type WP4.

Submission of Data

6.6.1 General

Prior to the commencement of the installation of the waterproofing systems the Contractor shall provide the Engineer with:

- The manufacturer’s published product data including technical Specifications,

Recommendations for installation and type test or factory test data.

- The manufacturer’s written approval of the Specialist Supplier and Specialist Applicator.

- The proposed method for controlling the correct application rate of liquid applied

membranes.

- The proposed method for checking the thickness of completed liquid applied membranes.

The Contractor shall ensure submission to the Engineer in goodtime of details, type, make and composition, of the waterproofing systems, together with certified proof from the manufacturer in respect of suitability of his system.

Page 42: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF.

DESCRIPTION

6.6.2 Shop Drawings

The Contractor, shall, in conjunction with the manufacturer submit shop drawings, fully detailing the work and its installation. Shop Drawings shall include the various details for penetration conditions including, but not limited to:

• Margins • Flashings • Movement Joints • Capping • Penetrations • Outlets

6.6.3 Samples

Prior to the commencement of work, samples of each system shall be provided, for approval of the Engineer. The samples shall be of the same materials and details as proposed for the work, including, but not limited to :

• Membranes • Lapped joints • Mitre joints • Typical finishing and sealing to the extremities of the membrane • Movement joints • Over-flashings • Protective layers • Insulation • Typical finishing and sealing to wastes and other outlets • Sheet drains

6.6.4 Sample Installation on Site

The Contractor shall install in positions in the works where directed by the Engineer sample areas of each type of waterproofing system,10m2 minimum complete with jointing, sealing flashing and ancillary work to demonstrate the finished works. Approved sample installations shall be permitted to be incorporated in to the works or otherwise shall be removed as directed by the Engineer.

6.6.5 Maintenance Manual

The Contractor shall submit to the Engineer a manual of recommendations from the manufacturers and/or installers, for the maintenance of the waterproofing systems including but not limited to frequency of inspection, cleaning and repair

Page 43: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

7.0

7.1

7.2

SPECIFICATION FOR STRUCTURAL METAL WORKS FOR STEEL IN FRAMED STRUCTURES

General

Note: Contractor shall also refer to the Notes given on the drawings.

(a) Structural steel should be ofGr.43 to conform to BS7668: 1994

(b) All welding consumable should conform toBS5135: 1984 (c) All bolts & nuts should conform to BS4190:1967 or BS3692:1967. Washers should

comply to BS 4320: 1968 . (d) After fabrication, all steel components, unless specified otherwise, shall be wire brushed

to remove any surface rust. The surfaces of the components should also be thoroughly cleaned to be free of dirt, oil, grease etc. Bolts, nuts, washers, cleats, shoe plates etc. Should also be wire brushed and cleaned in the same manner.

Hot Dip Galvanizing

1) Where noted "Galvanized" on the drawings or as specified, steel work may be chemically de-scaled and cleaned so that all rust, mill scale, oil, grease and other foreign matter is removed leaving a clean surface of metal. Galvanizing shall conform to BS729.

2) All holding down bolts cast in concrete must be hot dip galvanized after the fabrication.

3) Steel shall then be immersed in a bath of molten zinc so that when withdrawn, the zinc coating solidifies to a dry film thickness of100 micrometers. Allow for a 48-hour curing period before transporting steel work.

(e) All fabricated steel components including Bolts, nuts, washers cleats, shoe plates etc.

should be applied with 2 coats of quick-drying Zinc Phosphate metal primer. (f) Lipped Channel Purling shall conform to British standard specification to cold rolled

steel section to BS2994: 1976

Delivery to Site

1) Steel work deliveries to the site shall not be made without the prior agreement of the Engineer’s representative and shall be planned so as to cause the minimum possible interference or inconvenience to the other sengagedon the site.

2) Each delivery to the site shall be recorded on an Advice Note recording the net calculated weight of each piece. Two copies of the Advice Note shall be supplied as directed by the Engineer.

3) The Contractor shall notify the Engineer’s representative when each consignment of fabricated steel work is received at the site so that he may inspect the consignment.

Page 44: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

8.0

SPECIFICATION FOR WOOD WORK OF DOORS AND WINDOWS

• The frames shall be wrought, framed and fixed in position as specified in drawings. The scantling specified timber, shall planned smooth and accurate to dimension shown in drawings. Rebates, roundings and mouldings shall be made before assembly patching or plugging of any kind not be permitted except as specified.

• Door frames treated Kempas/ Teak& sashes shall be treated Mahogani / Teak or approved equivalent ( Class 1 Timber)

• Glass thickness shall be 5mm thick clear glass.

• All the material samples shall be approved by the Architect or Engineer before fabrication.

• The frames for doors and windows shall be of 95 mm x 70 mm size and they shall

be provided with M.S. holdfasts. Such holdfasts shall be provided on each side of the door frame and two such nos. of holdfast shall be provided on each side of the window frame. Thickness of timber sashes shall be 28mm finished size.

• The workmanship of timber shall be of the best quality and if any bad

workmanship is found out afterwards, the same shall be repaired by the contractor at his own cost.

• The rate for doors and windows includes fabricating and fixing in position of

doors and windows.

• The rate for timber work includes all the required fastenings and fixtures which shall be of brass / brass oxidized/ stainless steel and of approved quality, design and make, and they shall be fixed as directed.

• All frames shall be treated with Copper Chromium Boric (CCB) treatment and all

paint with stain & water base Paint.

• The measurements of the work shall be taken overall including frames and no extra amount shall be paid for any wastage of the material.

Page 45: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

9.0

9.1

9.2

SPECIFICATIONFORPARTITIONS

General

Aluminium glazed units shall be supplied with all hardware furniture and fittings.

The Contractor shall submit to the Engineer the shop drawings and technical data and other relevant information for approval of the Engineer.

The Contractor shall include in his rates the cost of tests generally required for ascertaining the suitability of aluminium extrusions, anodizing, strength of joints, gaskets and weather stripping, strength of joints and air and water infiltration.

Materials

All sections shall be extruded from AA6063 aluminium alloy and sections shall be designed to give rebated internal and external faces.

Aluminium sections for mullions, frames, transoms, head sand the sill sand the other members should strictly comply with the requirements laid down in the following British Standard.

B.S.1161:1977(1991)–Specification for aluminium alloy sections for structural

purposes.

B.S. 1470: (1987) – Wrought aluminium and aluminium alloys plate, sheet and strip.

B.S. 1474: (1987) – Wrought aluminium and aluminium alloys for general

engineering purpose and external architectural application bars, extruded down tubes and sections.

Page 46: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

9.3

9.4

9.5

9.6

9.7

9.8

9.9

Powder Coating

Powder coating shall conform to BS 6496:1984(1991). The powder coating shall be of thickness 60-80microns and of approved colour. The Contractor shall submit a ten (10) year guarantee for the powder coated finish. The Contractor shall allow for cost of required tests for checking the coating as directed.

Wind Loading

The fabricated aluminium doors and windows shall be capable of withstanding a wind pressure load not less than 1500 Pascal (75M.P.H.)

Weather Stripping

The weather stripping shall be vinyl or other plastic materials which are dimensionally stable and are resistant to ultra violet rays, water absorption and are suitable to be used in marine atmosphere.

Screws Nuts etc.

All screws, nuts, washers, bolts, rivets and other fastening devices should be of stainless steel. Aluminium alloy fasteners may be used in lieu of stainless steel fasteners with the written approval of the Engineer.

Ironmongery

Iron monger used shall satisfactorily perform the function for which it is intended. They shall be of aluminium die cast alloy, stainless steel or other non-corrosive materials compatible with aluminium. The Engineer shall duly approve all items of iron monger before fixing in position

Glass

Glass shall be 6mm clear glass suitable for single glazing as specified. Glass shall conform to the relevant British Standard including following:

B.S.952Part1:1995–The classification of glass for glazing and terminology for work and B.S. 952 Part 2 of 1980.

Thickness of Anodic Coating

Voltage breakdown tests, as described, may be employed as the means for checking anodic thickness. Other suitable equipment may be employed to measure the coating thickness and in event of any dispute ,microscopic measurement shall be employed as the final check on such measurements.

Page 47: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

9.10 Colour Matching

The completed work shall present a substantially uniform appearance in regard to colour and texture and shall be a satisfactory match with identical samples or colour patches held by the Engineer.

9.11

Rejection

Any materials finish or workmanship which is found not to comply with this Specification will be rejected by the Engineer anda ny such rejected items will be removed immediately and replaced to the entire satisfaction of the Engineer entirely at the Contractor's expense.

9.12

Delivery and Packing

The Contractor shall ensure that all components are suitably packed to ensure protection against handling or other damage during delivery to the site. All aluminium components shall be covered by special protective coatings comprising `Fablon 'Cello tape 214' or other equal suitable material fixed with non-damaging and non-reactive adhesive. The Contractor shall state in his tender the type of protection proposed, complete with samples and reference to previous uses.

9.13 Assembly

As far as possible, all aluminium shall be formed, fabricated, cut, drilled, tapped, fitted or otherwise in the Contractor's workshops. Where it is not practicable to deliver fully assembled components, the windows and doors shall be delivered ready for assembly to the extent practical for field erection and in a secure and workman like manner to meet the requirements of his specification and toensureaneat weather tight construction.

The design of windows should permit free movement of air from exterior environment to the immediate spaces between the window frame andv entilator to achieve pressure equalization. The windows should have snap on reusable extruded aluminium glazing beads and easily removable bottom rails.

The glazing beads should not extend underneath the glass. The design of windows should permit re- glazing without disassembly of all ventilator extrusions form the frame

All open able window sash corners should be mitered angle reinforced or mechanically staked and Epoxy painted. If frames within compatible extrusions are used, then these extrusions should be mortised and tenoned .A permanent water tight joint should be made to the junctions of the side frame members with all horizontal members. Window panels must be provided with minimum three weep holes, on eat the center and one each between the jamb and the setting block. Fixing of aluminium units to concrete shall be done with high quality Rawl Plugs with stainless steel sections and other approved fixing devices.

Page 48: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

9.14

9.15

9.16

9.17

Where friction stays are used the shop drawings shall clearly indicate the size of such stays. The joint between window frames, external door frames and concrete or masonry work shall be adequately caulked with a suitable caulking compound. Polysulphide or Silicon sealant may be used for this purpose. The Contractor shall furnish all literature and instructions published by the manufacturer of the sealant along with the Tender. Only caulking compound approved by the Engineer in writing shall be used.

Air and Water Infiltration

The Contractor shall submit test certificates from the manufacturer of aluminium extrusions guaranteeing that th products comply with standards applicable to the country of origin of these materials.

Fabrication and installation of aluminium units shall be thoroughly watertight.

The degree of resistance to air leakage shall be Grade A (superior resistance) Recommended for air-conditioned buildings. Cleanliness

The Contractor shall ensure that marks or other blemishes, for which he is responsible, are removed from the installed units as the work proceeds, so that stains do not set.

Protection

The Contractor shall ensure that aluminium and glazing work is protected at all times from damage or from handling marks.

If disfiguring damage is apparent on aluminium surfaces, or parts thereof, it shall be the responsibility of the Contractor to make good or replace such damage to the satisfaction of the Engineer.

On completion the protective film shall be removed from the aluminium members and the whole cleaned to the satisfaction of the Engineer.

Control Sample

Samples required shall be lodged with the Engineer as control standards, before 7 weeks of commencement of work.

Page 49: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

10.0

10.1

SPECIFICATIONS FOR ROOF

SPECIFICATION FOR ROOF TRUSS

10.1.1. Steel work

• All steel used in the work shall comply with the relevant British Standards & to the specifications.

• Grade of steel shall be S275 • All steel shall be new & each member shall be free from any built- weld or other

forms of splice for the full length between joints shown in or indicated in the drawings unless such splice shall have been shown in the approved drawings.

• The contractor shall get prior approval for type & quality of the steel from the Engineer before commencement of ordering.

• All steel work shall include for two coat of anticorrosive paint ( two different

colours for two coats)

• All welds shall be properly made by experience tradesman and shall be cleaned off and buffed smooth and even where visible in the finished work.

10.1.2 Drawings

Before any steel work is fabricated the contractor shall obtain the Engineer's approval of the proposed details of fabrications. For this purpose two copies of each drawings shall be submitted to the Engineer not less than 14 days before commencement of fabrications.

Rates for the work shall include for

a. All fabrication work b. All welds and bolts c. Cutting & wastage d. Delivery, unloading, handling, hoisting, fitting & fixing. e. All necessary scaffolding works f. Supplying sample of materials for approval of the Engineer

Page 50: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

10.2

10.3

SPECIFICATION FOR COVERING

• Roof covering will be clay tiles “S” Tiles (DS Tiles).

• Length to be 310mm ± 3mm

• Width to be 310mm ± 3mm

• Effective length to be 262mm ± 3mm

• Effective width to be 250mm ± 3mm

• Unit Weight to be 3.1kg ± 0.05kg

• Water Absorption > 10%

• Transverse Breaking Load to be < 1000N/mm2

• Coverage to be 140 tiles per 100 sq. ft

• Water Permeability to be “no formation of water droplets within 24

hours.

INSULATION The rate for insulation shall include for the following:

(a)Gauge 17GI welded wire mesh wires at75mmX75mm centres both ways laid over the

top of purlins. Slack of mesh should be such that once the roofing is installed fibre glass blanket should retain its nominal thickness between purlins.

(b)Double sided reinforced aluminium foil insulation, laid over the welded wire mesh.

A150mm. Lap at joint of aluminium foil should be provided for. The insulation shall have the capacity of emission of90%ofits heat receiving to outside.

(c)Laying of fibre glass blanket not less than 25mm thickness and an nominal density not

less than 20kg/m3 laid over aluminium foil butting firmly against adjacent blankets.

.

Page 51: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

11.0

11.1

11.2

11.3

SPECIFICATION FOR SANITARY INSTALLATIONS

All toilet fittings should be Rocel, American Standard or Architect approved equivalent.

WATER CLOSET &CISTERNFOR UPPER FLOORS

Imported Vitreous China white Fire Clay Ceramic Water Closet, size 665x455x780mm, Architect approved type, complete with seat.

Imported Vitreous China, closed coupled wash down/suction type white Fire Clay Ceramic Cistern 4-6 litre capacity, Architect approved type, complete with all necessary fittings and fixtures for flushing, securely fixed to wall.

WATER CLOSET & CISTERNFOR GROUNDFLOOR

Imported Vitreous China white Fire Clay Ceramic Water Closet, size 665x455x780mm, Architect approved type, complete with seat.

Imported Vitreous China, closed coupled wash down/suction type white Fire Clay Ceramic Cistern 4-6 litre capacity, Architect approved type, complete with all necessary fittings and fixtures for flushing, securely fixed to wall.

SQUATTINGPAN&HIGH LEVELCISTERN

Imported Vitreous China white Fire clay Ceramic Squatting Pan with integral foot rests, Architect approved type.

Imported Vitreous China white Fire Clay Ceramic Cistern 4-6 litre capacity, Architect approved type, complete with all necessary fittings and fixtures for flushing, securely fixed to wall with bottom of cistern approximately 900mm above level of Squatting Pan and flush pipe connected to Squatting Pan.

Page 52: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

11.4

11.5

11.6

11.7

PEDESTAL TYPEWASHBASIN AND VANITY TYPE WASH BASIN 11.4.1. PEDESTAL TYPE WASH BASIN

• Imported Vitreous China white Fire Clay Ceramic Pedestal type Wash Basin

with one tap hole Size 560x450mm, Architect approved type, complete with chromiumplated pillar tap and captive waste.

• Wash basin should be secured to the wall by two screws through holes located in

the rear of the Wash Basin and two screws to the floor through holes located at the rear of the pedestal.

11.4.2. VANITY TYPE WASH BASIN

• Vanity type wash basin embedded to RCC work top. URINALS

Imported Vitreous China white Fire Clay Ceramic bowl type Urinals and separators including necessary fixtures and accessories, manually operated flush valves, plastic bottle traps (exposed) and cistern, all as directed by the Engineer.

HAND SPRAY UNIT

Hand spray units shall be of “WATERTECH” make or Architect approved equivalent.

TAPS, VALVES, COCKS

Taps, Valves, Cocks etc. shall be of “PLUMBER/PEGLAR” make or Architect approved equivalent.

Page 53: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

12.0

13.0

13.1

13.2

13.3

13.4

SPECIFICATION FOR IRON MONGERY (a) All iron monger for joinery work (Except locks) shall be manufactured shall be of

heavy quality oxidized brass conforming to BS240. (b)All locks latches etc. Shall be of anapproved imported quality (“Union”,“Yale”or

equivalent) to Engineer’s approval. SPECIFICATION FOR SUSPENDED GRID CEILING SYSTEM INCLUDING CEILING PANELS Ceiling Panels – Acoustic Panels

All ceiling panels should be withstands conditions up to 40 0C and 90% relative humidity without visible sagging.

Suspended Ceiling System

All components shall be formed from hot dipped galvanized steel of commercial quality with an allowable maximum deflection should be 1/360 of the span.

The exposed grid system should have38mmmain tees and cross tees, unless otherwise noted in drawings

Should meet ASTMC635 standard specifications for metal suspension systems for Acoustical Tile and lay-in panel ceilings or equivalent.

Assembly

All grid system and the ceiling panels should be assembled to form the ceiling design shown in drawings. Dropped panels of the ceiling are to be formed where air conditioning or any other piping or ducting systems are required.

Rate shall include for hold down clips, hanging wires, cover strips and all necessary trimming at wall ends, forming and trimming around openings for light fittings etc.

Cement Fibre Ceiling - Slope

3.5mm thick 1200 x 1200mmceiling sheets fixed to roof timber frame work. Ceiling sheets should be painted with one coat of primer and two coats of emulsion paint.

Page 54: Invitation for Bids (IFB) High Commission of India Colombo

ITEM REF

DESCRIPTION

13.5

Cement Fibre Ceiling – Flat Ceiling 3.5mm thick 1200 x 1200mmceiling sheets fixed with timber frame work at the joint of ceiling panels 150 x 20mm class I timber beading.

11.Fixing Heights

Fixing heights from floor levels, unless directed otherwise shall be as follows:

• MCCBs 1.5m • Distribution Boards 2.1m • Main Distribution Boards 2.1m • Lamp fittings 2.5m • Ceiling fans 2.4m • Switches and fan regulators 1.5m • Socket outlets for general use 0.3m

Equipments Specifications

1. MDCs / DBs

Shall be polycarbonate or steel powder coated flush mounted type and be of a

reputed make conforming toBS5486 or equivalent. It shall be with a Hinged door; bus bars neutral bar and earth bar shall be of hard drawn copper.

2. Miniature Circuit Breakers (MCB)

MCB shall be of a reputed make having thermal overload and magnetic short circuit protections and shall conform to BS3871DIN rail type. The breaking capacity shall be more than 6KA and type 2 shall be used for the lighting circuits and motor circuit type 3 shall be used.

3. Residual Current Devices (RCDs)(RCCBs) Shall be current balance type complying with BS4293 sensitivity shall be 30mA Or as specified in the drawings.

4. Moulded Case Circuit Breakers(MCCB)

MCCB‟s shall be of reputed makes conforming to BS4752. It shall have on breaking capacity more than 50KA and shall have adjustable thermal overload and magnetic circuit protection. Individuals MCCB’s shall be enclosed in a metal enclosure with a suitable neutral links. Operating handles shall be project outside the enclosure. It shall be of fixed type having bus bar connecting type terminals to fix cables with crimped cables and sockets.

Page 55: Invitation for Bids (IFB) High Commission of India Colombo

Construction of surgical unit at Teaching Hospital, Batticaloa

Technical Specification

Section 1 – Low Voltage Electrical Distribution System

Contents

1.1 Scope ............................................................................................................................ 63 1.1.1 Scope of Work ....................................................................................................... 63 1.1.2 Power Supply ......................................................................................................... 63

1.2 General Requirements .................................................................................................. 63 1.2.1 Drawings ................................................................................................................ 63 1.2.2 Samples .................................................................................................................. 63 1.2.3 Experience of Contractor ....................................................................................... 63

1.3 Low Voltage Switchgear ............................................................................................. 64 1.3.1 Main Distribution Board ........................................................................................ 64 1.3.2 Distribution Boards ............................................................................................... 65 1.3.3 Consumer Units ..................................................................................................... 65 1.3.4 Moulded Case Circuit Breakers ............................................................................. 65 1.3.5 Miniature Circuit Breakers .................................................................................... 66 1.3.6 Residual Current Devices ...................................................................................... 66 1.3.7 Power Analyzers .................................................................................................... 66 1.3.8 Surge Protection Devices (SPD) ........................................................................... 67 1.3.9 Testing of Low Voltage Switchgears .................................................................... 67

1.4 Cables, Cable Trays and Conduits ............................................................................... 67 1.4.1 General .................................................................................................................. 67 1.4.2 Feeder Cables ........................................................................................................ 67 1.4.3 Wiring Cables ........................................................................................................ 67 1.4.4 Armoured Cables ................................................................................................... 68 1.4.5 Unarmoured Cables ............................................................................................... 68 1.4.6 Cables - Installation ............................................................................................... 68 1.4.7 Cable Glands ......................................................................................................... 68 1.4.8 Cable Trays (with covers) ..................................................................................... 69 1.4.9 Metal Conduits ...................................................................................................... 69 1.4.10 PVC Conduits ........................................................................................................ 69 1.4.11 PVC Conduit Boxes .............................................................................................. 69

1.5 Lighting System ........................................................................................................... 70 1.5.1 General .................................................................................................................. 70 1.5.2 LED Light fittings ................................................................................................. 70 1.5.5 Lighting Switches .................................................................................................. 70

1.6 Wiring of Small Power ................................................................................................ 70 1.6.1 Socket Outlets – Flush Type .................................................................................. 70 1.6.2 Ceiling Fans ........................................................................................................... 71

1.7 Installation ................................................................................................................... 71 1.7.1 Mounting Height and Position ............................................................................... 71 1.7.2 Steel Conduits ............................................................................................................ 1.7.3 PVC Conduits ............................................................................................................

1.8 Testing of Electrical Installation ......................................................................................

Page 56: Invitation for Bids (IFB) High Commission of India Colombo

Construction of surgical unit at Teaching Hospital, Batticaloa

Technical Specification Section 1: Low Voltage Electrical Distribution System

1.1 Scope

1.1.1 Scope of Work The Contractor shall carry out the supply, delivery, erection, connection, testing and

commissioning of all the equipment and material for the complete LV Electrical Distribution System of the building. The installation shall include but not necessarily be limited to the following:

(a) Main distribution board (b) Floor distribution boards (c) Sub Distribution Boards / Consumer Units (d) Power cables – indoor & outdoor (e) Final circuits from sub distribution boards / consumer units (f) Lighting system – indoor & outdoor (g) Small power installation comprising power socket outlets (h) Ceiling fans and exhaust fans (i) Earthing system

1.1.2 Power Supply Main (regular) power supply for the building will be taken from the Ceylon Electricity Board

(CEB) using 70 kVA (100A) Three Phase Electrical Connection.

1.2 General Requirements

1.2.1 Drawings Positions shown in the tender drawings for electrical equipment, lighting fixtures, power socket

outlets, etc. are approximate and actual position shall be decided at the site, and shall be marked on the Contractor’s shop drawings.

1.2.2 Samples The contractor shall formally submit samples of materials and items of equipment for approval of

the Engineering Consultant before installation.

1.2.3 Experience of Contractor Work shall be carried out by an experienced electrical contractor who has previous experience in

similar projects and shall have necessary tools, equipment and experienced staff for electrical installation and testing

1.3 Low Voltage Switchgear

1.3.1 Main Distribution Board The main distribution boards shall be of the rigid, freestanding, metal cubicle type, totally

enclosed, dust and vermin protected and factory fabricated form 3b in compliance with BS 5486 (IEC 60439) and this specification where applicable.

Finished panels shall be without sharp edges and all exposed screws, bolts and similar fastenings

shall be smooth surfaced and protectively plated to prevent rusting. Enclosure protection class, including cable connection chamber, shall be IP 54 as a minimum.

Page 57: Invitation for Bids (IFB) High Commission of India Colombo

Main distribution board shall be provided with a metal plinth minimum 75mm high. The distribution board shall comprise the equipment indicated in the BOQ schedule together

with all current transformers, auxiliary fuses, protection relays, small wiring and interconnections.

The distribution board shall be flush fronted with front and rear access, suitable for indoor use.

Access doors and covers shall incorporate sealing gaskets. Busbars shall be of H D H C tinned copper. Phase and neutral bars shall have the same cross-

sectional area, with a current carrying capacity as indicated in the schedule. A tinned copper earthing bar complying with BS 1432 sized to withstand the short time current

of the distribution board shall be securing fired to and extend the full length of the distribution board and be connected to an earthing terminal at each end. All metal work (other than current carrying parts) shall be bonded to the earthing bar and provision shall be made for bonding the armouring and metal sheath of incoming and outgoing cables.

All internal wiring shall be carried out neatly and shall wherever possible be housed in wiring

trunking forming an integral part of the distribution board. Connection facilities for outgoing circuits shall be provided at the top and bottom of the

distribution board as appropriate for the feeder. Incoming connections shall be from the bottom. All live terminals and components within any panel shall be shielded in such a manner as to

prevent inadvertent contact with them. All live terminals and components mounted on panel doors shall be shrouded such that contact can only be made after removal of the shroud.

A high standard of finish is required for the distribution board. The finish shall be a powder

coating applied electro statically. Before painting the Contractor shall submit to the Engineer for approval, detail painting scheme.

Before manufacture, the Contractor shall submit to the Engineer for approval, detail drawings

showing the layout, construction and connection of the distribution board.

1.3.2 Distribution Boards Floor Distribution Boards, Sub-Distribution Boards and other Distribution Boards shall comply

with the requirements specified for the Main Distribution Board, except the size and equipment mounted on it. Equipment such as MCCBs, MCBs, RCDs, etc. to be mounted on each Distribution Board shall be as given in the Bill of Quantities and/or drawings. Distribution Boards shall be of wall-mounted type unless otherwise specified.

1.3.3 Consumer Units Consumer Unit shall in general comply with the specification of sub distribution board except

that the enclosure of the consumer unit shall be made of non-breakable plastic and provided with a transparent door.

Consumer Unit shall be in-general flush fronted, suitable for wall recess mounting. Consumer Unit shall comprise the equipment indicated in the drawings together with all

terminals, busbars, small wiring, interconnections etc.

Page 58: Invitation for Bids (IFB) High Commission of India Colombo

1.3.4 Moulded Case Circuit Breakers Moulded Case Circuit Breakers (MCCB’s) shall comply with IEC 60947-2. The operating mechanism shall be of the quick-made, quick- break, trip-free type with the speed

of operation independent of the operator. The mechanism shall be designed to operate all poles simultaneously during opening, closing and tripping conditions.

The breakers shall be operated by a toggle unless otherwise specified in the schedules, drawings

or bill of quantities. The breakers shall be provided with thermal bi-metallic elements for an inverse time-current trip

characteristic to protect against sustained overloads and instantaneous magnetic trip elements for short circuits protection.

Thermal trips shall be adjustable. A single adjustment shall ensure the setting of all poles in a

multi-pole breaker simultaneously. Tripping time of the breaker shall be adjustable.

1.3.5 Miniature Circuit Breakers The miniature circuit breakers (MCBs) shall comply with BS 3871 Part I and shall have a Type

2 Classification. The current rating and short-circuit breaking capacity shall be as indicated in the drawings and/or bill of quantities. If the short-circuit breaking capacity is not specifically indicated in the drawings and/or bill of quantities a minimum short circuit rating of 6kA shall apply.

The frame size of all MCBs shall be the same so that they can be easily interchanged. Circuit breaker dollies shall be of the trip-free pattern to prevent closing the breaker on a faulty

circuit and they shall be engraved to indicate the ON/OFF position.

1.3.6 Residual Current Devices Residual current devices (RCDs) shall provide accident protection by interrupting dangerous

contact voltages, which may be present in faulty electrical appliances as a result of frame faults, insufficient insulation on misuse. They shall provide a high degree of protection against earth faults, fires and electric shock.

RCD shall conform to BS 4293 and shall be sensitive to pulsating DC fault current. Each RCD shall consist of a current transformer, a tripping coil with contact assembly, main

supply contacts, ON/OFF switch, a test button and a trip-free mechanism, all mounted on robust body of all insulated material. RCD shall be suitable for operation on a 230V, 1-ph, 50 Hz supply and shall give trouble-free service in the locally prevailing climatic conditions.

The tripping current shall be 30 mA unless otherwise specified.

1.3.7 Power Analyzers The following measurements shall be possible with the Power Analyzers. Instantaneous RMS values

Active power (kW) and reactive power (kVAR) - total and per phase Current (A) – 3 phases and neutral Voltage (V) – phase to phase and phase to neutral Frequency (Hz) Apparent power (kVA) Power factor

Page 59: Invitation for Bids (IFB) High Commission of India Colombo

Energy values

Active energy (kWh) Reactive energy (kVAR) Demand values Maximum active power demand (kW) Accuracy of multi function power meter shall be not less than the following. Energy and power accuracy: 2% Current and voltage accuracy : 0.5%

All Current Transformers, potential Transformers required for Power Analyzers shall be

provided.

1.3.8 Surge Protection Devices (SPD) Surge Protection devices installed shall be according to the standard IEC 62305-4 SPD installed. Protection level <= 1.4kV, shall be applicable to these SPDs. 1.3.9 Testing of Low Voltage Switchgears

Testing of main distribution board, floor distribution boards & sub distribution boards shall be carried out at the manufacturer’s workshops witnessed by the Engineer/Consultant. All the costs including travelling, lodging etc of the Engineer/Consultant in connection with witness testing shall be borne by the Contractor.

1.4 Cables, Cable Trays and Conduits

1.4.1 General The cables shall be sized to comply with the regulations for Electrical Installations published by the Institution of Electrical Engineers, London, except where specified sizes of cables are shown on the drawings or detailed elsewhere in the Specifications or Schedules.

No cable conductor shall be less than 1.0 mm2 cross sectional area. Preferred colour coding shall be as follows: Function Colour Phase L1 Brown Phase L2 Black Phase L3 Grey Neutral N Blue Earthing Yellow/green

1.4.2 Feeder Cables Feeder cables from the Main Distribution Board and Distribution boards shall be of

Cu/PVC/PVC or Cu/XLPE/PVC multi-core cables and shall be of 600/1000 Volt grade complying with BS 5467 or IEC 60502.

Cable sizes shall be as indicated in the drawings and /or bill of quantities.

1.4.3 Wiring Cables Cables of final sub-circuits, from distribution boards to lighting points, socket outlets, fan points

etc., shall be of PVC insulated PVC sheathed copper conductor cables complying with BS 6346 or BS 6004 as applicable.

Page 60: Invitation for Bids (IFB) High Commission of India Colombo

1.4.4 Armoured Cables Armoured cable shall be installed directly buried underground. The cable route shall be

approved by the Engineer. All cable buried underground shall be laid 800 mm below ground level and covered with concrete cable tiles. Cable trench shall not be closed without the consent of the Engineer. Where cable enter building underground or pass paved area they shall be drawn through 100 mm dia. PVC duct. Where specifically indicated, armoured cables may be installed in cable tray.

Cables installed outdoors such as outdoor lighting circuit cables shall be of XLPE-insulated

PVC sheathed steel wire armoured copper conductor multi-core cables and shall be of 600/1000 Volt grade complying with BS 5467.

1.4.5 Unarmoured Cables All XLPE insulated unarmoured cable shall be installed in cable tray and/or drawn through

securely fixed conduits as applicable.

1.4.6 Cables - Installation Cable routes are indicated on the drawings for tender purposes but exact final routing shall be agreed with the Engineering Consultant. All work shall be carried out by the Contractor who is to include for the supply and installation of all jointing materials, cable, supports, steel work racks and making all necessary terminations. The cables shall be installed and tested in accordance with the appropriate Clauses of the IEE Regulations (BS 7671). Cables shall at all times be handled with care and every effort made to avoid damage. Unloading, rolling to position and mounting of cable drums shall be carried out efficiently and carefully in the recognised manner and cable shall be pulled from the top of the drum and twisting shall at all times be avoided. The Contractor shall take particular care to avoid damage to other services which may run adjacent to or across the route of the cables being installed. Where cables are run vertically, heavy gauge sheet metal guards shall be supplied and fixed to the wall. The casing shall be fixed from floor level to the underside of the appropriate cable termination or to a height of 1.5 meters above floor level. Detailed drawings showing dimensions and method of manufacture of the cable guard shall be submitted to the Engineer for approval. All cables shall be firmly and adequately supported from cable hangers for the whole of their length except where they run through pipe ducts, cable trays or buried direct in the ground. Except for terminations at a factory made switchboard, distribution board or item of switchgear, no joints shall be made between lengths of cable.

1.4.7 Cable Glands The cables shall be terminated at the equipment served by a mechanical type, brass cable gland conforming to BS 6121. For armoured cables, the gland shall be complete with armouringclamp suitable for bonding the armouring to the unit served, by means of 25 mm x 2.5 mm copper tape and the bonds shall be carried out at the time of making the joints.

Page 61: Invitation for Bids (IFB) High Commission of India Colombo

1.4.8 Cable Trays (with covers) Cable trays shall be return flange perforated type of mild steel, hot-dip galvanized after

manufacture. For trays up to 300mm wide, thickness shall be not less than 16SWG and for widths above 300mm thickness shall be not less than 14SWG. The cable tray shall be of sufficient width to take all cables without crowding. Each length of tray shall be securely bolted to an adjacent length with sufficient overlap to prevent sagging and twisting.

The cable tray shall be fixed to purpose made steel brackets which shall in turn be fixed to the

structure. The brackets shall be hot-dip galvanised after manufacture and all holes are made and finish painted in the same colour as the tray.

Certain length of the cable tray system may be fixed to a wall. The balance length is to be suspended, from the upper floor slab. For this purpose steel fixing rods of required lengths shall be provided. All fixing rods, associated steel work and nuts shall be galvanised.

1.4.9 Metal Conduits Metal conduit shall be heavy gauge, galvanized steel tube, and screwed jointed type conforming

to BS 4568. Conduit fittings shall be finished to the same classification of production as the conduits. The conduits throughout shall be of sufficiently large section and so arranged with draw-in

boxes to allow either an easy draw-in or out of any or all of the cables which must not exceed the number set out in the appropriate table of the IEE Wiring Regulations. Conduit of less than 20 mm diameter shall not be used.

1.4.10 PVC Conduits Conduits which are concealed in building wall plaster and used for internal lighting and power

installation shall be rigid, round PVC tubing conforming to BS 4607 (Metric). The conduit shall be of sufficiently large section and so arranged with draw-in boxes to allow

either an easy draw-in or out of any or all of the cables which must not exceed the number set out in the appropriate table of the I.E.E. Wiring Regulations.

1.4.11 PVC Conduit Boxes All boxes and fittings shall conform to BS 4607 and shall be made of rigid PVC. Boxes for switches, sockets, outlets, etc., shall be of rigid PVC and dimensions shall be suitable

for fixing switches, sockets and other accessories as applicable.

All boxes shall be provided with tapped brass inserts for fixing the screws and where necessary to comply with the appropriate clauses of the IEE Wiring Regulations, with brass earthing terminals.

All adaptable boxes and lids of the same size shall be interchangeable.

1.5 Lighting System

1.5.1 General Luminaires shall be of the types as shown in the drawings and approved by the Project

Architect. All the luminaires shall be supplied and installed under the contract.

Page 62: Invitation for Bids (IFB) High Commission of India Colombo

1.5.2 Light fittings LED fitting having , Efficacy > 90 Lm/W , CRI > 80 , CE/TUC Certified Constant current

driver (European or Japanese) use in 110-240 V range, colour> 5000K, LED chips Osram, Philips or equivalent

Other light fittings which have CFLs must be Osram or Philips.

Light fitting Wattage (W) Indoor/Outdoor type wall light 18 CFL x 2 Surface type Down Light fitting 20 CFL 1200 mm long complete with powder coated 20 LED

white sheet steel housing (with Opel white diffuser) 1200 mm long complete with powder coated 40 LED

white sheet steel housing (with Opel white diffuser)

1.5.5 Lighting Switches These switches shall be of the flush mounting “rocker action” type complying with BS 3676.

The rocker and cover plate shall be constructed of “all insulated” white rigid plastic. The switch mechanism shall be rated at 10A and shall be capable of being used on fluorescent or inductive loads without de-rating.

The cover plates shall overlap the boxes.

1.6 Wiring of Small Power The wiring system shall consist of XLPE/PVC insulated PVC sheathed copper cable and PVC

insulated protective conductor (earth wire) drawn through concealed PVC conduits or exposed galvanized steel conduits. Conduit system and trunking system shall be installed before drawing the cables.

Wiring may be carried out by using looping method but joint shall not be permitted in runs of

cable.

1.6.1 Socket Outlets – Flush Type Socket outlets shall be switched, 3-pin (phase, neutral & earth), shuttered, flush mounted type

rated for 230V complying with relevant BS, as follows. 13A socket outlets to BS 1363, The finish and thickness of the front plate shall be similar to the lighting switches.

1.6.2 Ceiling Fans 1400mm ceiling fans shall be 3-blade type, complete with choke type regulator with 5 speed

positions conforming to BS 5060 or equivalent. In addition to the regulator there shall be a 10 amp switch to control the fan. Fan hook shall be made with 12mm MS bars, where necessary rate shall include extending the fan rod and painting. Connection to the fan shall be through a ceiling rose or connection bar.

1.7 Installation

1.7.1 Mounting Height and Position Mounting height is indicated elsewhere, otherwise as indicated by the Project Architect.

Page 63: Invitation for Bids (IFB) High Commission of India Colombo

Where difficulty in locating accessories occurs the Project Manager shall be informed. Particular attention shall be paid to the positioning of light points in relation to the ceiling, position of switches in relationship to the hanging of door and accessories in relation to fixed furniture, sinks and equipment. Switches shall be installed adjacent to the closing style of the doors. The Contractor shall carefully co-ordinate with equipment/furniture supplier and the Project Manager regarding the final position of the equipment.

1.7.2 Steel Conduits The conduit system shall be a continuous and effective means of protection for the wiring. The

conduit shall be laid as far as possible in straight lines.The conduit is in no part to be under mechanical stress.

1.7.3 PVC Conduits The conduit system shall be a continuous and effective means of protection for the wiring. The

conduit shall be laid as far as possible in straight lines. The conduit is in no part to be under mechanical stress. Whenever possible, conduits shall be arranged so that the inspection or ‘draw-in’ points are not

required where conduit is sunk in concrete or plaster, ie. Cable to be drawn in only at lighting, switches, plugs or other appliance outlets.

Exposed PVC conduits will not be allowed.

1.8 Testing of Electrical Installation

Testing of entire electrical installation of the building complex shall be carried out by the Contractor. Test report/certificate as required per IEE building wiring regulation and certified by a Chartered Electrical Engineer shall be submitted.

Page 64: Invitation for Bids (IFB) High Commission of India Colombo

Construction of surgical at Teaching Hospital, BatticaloaTechnical Specification

Section 3 – Lightning Protection System

Contents

3.1 Scope ........................................................................................................................... 73

3.2 Applicable Standards and Codes ................................................................................ 73

3.3 Air Termination Network ............................................................................................ 73

3.3.1 General .................................................................................................................. 73

3.3.2 Roof Conductors .................................................................................................... 73

3.3.3 Air Terminals (Finials) .......................................................................................... 73

3.4 Down Conductor Network .......................................................................................... 74

3.5 Earth Termination Network ........................................................................................ 74

3.5.1 General .................................................................................................................. 74

3.5.2 Earth Electrodes ..................................................................................................... 74

3.6 Accessories .................................................................................................................. 75

3.7 Exposed Metalwork ..................................................................................................... 75

3.8 Tests ............................................................................................................................. 75

Page 65: Invitation for Bids (IFB) High Commission of India Colombo

Construction of surgical unit at Teaching Hospital, Batticaloa Technical Specification

Section 3: Lightning Protection System

3.1 Scope The Contractor shall supply and install a lightning protection system conforming with the

requirements of IEC standards. The system shall include, but not be limited to, an air termination network, down conductors,

joints and bonds, test joints, earth termination network and earth electrodes.

3.2 Applicable Standards and Codes Lightning protection system shall confirm to the requirements of the following standard.

IEC 62305-2 : Protection against lightning – Part 2: Risk management IEC 62305-3 : Protection against lightning – Part 3: Physical damage to structures and life hazard SLS 1261-2004 : Sri Lankan Standards for lightning Protection Systems

3.3 Air Termination Network

3.3.1 General The air termination network shall comprise conductors of 50mm2 (minimum) bare Copper tapes

fixed to the roof over roof sheets/tiles. Air termination network of these roof conductors shall be supplemented by taper pointed air terminals (finials) fixed vertically on the roof at the highest level.

All metal components- roof sheets, roof trusses etc. shall be connected to the air termination

network.

3.3.2 Roof Conductors Roof conductors shall be 25mm x 2.5mm (62.5mm2) high conductivity bare Copper tapes to BS

1432 Grade C101.

3.3.3 Air Terminals (Finials) Air terminal shall be of taper pointed Copper rod, complete with base for mounting on the roof. The rod shall be 12 mm diameter and 0.5 m length, threaded at one end and secured with a lock-nut after being screwed into the base.

3.4 Down Conductor Network Down conductors shall be provided, consisting of circular mild steel conductors clamped to the

reinforcing bars and encased in concrete, to interconnect air termination network to earth electrodes. Joints in the down conductors shall be kept to a minimum and any joints shall be by welding. The Contractor shall ensure that the joints are mechanically and electrically effective before a joint is covered.

Down conductors shall be installed without bends and without rising above the level of the

connection joints to the roof rods. Each down conductor shall follow the most direct path possible between the air termination network and the earth electrode. Down conductors shall be arranged as evenly as practicable around the outside columns of the building starting from the corners.

Connections from the down conductors to roof conductors (tapes) and to test clamps/earth

electrodes shall be brought out of the concrete through a built-in bonding point. Connections between roof rods and down conductors shall be with welded joints.

Page 66: Invitation for Bids (IFB) High Commission of India Colombo

Each down conductor shall be provided with a test joint in such a position that, whilst not

inviting unauthorized interference, and convenient for tests. Down conductors shall be connected to the steel reinforcements of the pile foundation.

3.5 Earth Termination Network

3.5.1 General An earth termination network as per IEC 62305-3 shall be provided. An earth electrode shall be

connected to each Copper down conductor. The earth resistance of the earth termination network shall not exceed 10 (ten) ohms.

3.5.2 Earth Electrodes Each earth electrode shall consist of 16mm diameter extensible type Copper clad steel rods

complete with driving stud, coupling dowels and spike. Each earth rod shall be 1.2m long. Each earth electrode shall have a resistance to earth not exceeding the product given by 10

Ohms multiplied by the total number of earth electrodes connected to the earth termination network.

The Contractor shall measure the resistance of each earth electrode immediately after it is

driven. If the earth resistance is more than the permitted value, the Contractor shall install additional rods which shall be coupled to the rod already installed to obtain acceptable value of resistance.

Each earth electrode shall have a concrete inspection pit (450mm in length, 450mm in width &

450mm in depth) and cover provided.

3.6 Accessories Lightning protection system shall be provided with all required test joints for down conductors,

fixing clips and clamps for Copper tapes and round conductors, earth rod clamps, bonds to metallic items/parts and other accessories.

3.7 Exposed Metalwork All exposed metalwork such as TV/Radio aerial masts, metal roof and the like shall be bonded

to the lightning protection system using 50mm2 earth cables as required in IEC 62305-3, using bonds and clamps appropriate to the location

3.8 Tests (a) During the construction of the building structure, tests shall be made of the continuity of the

welded joints in the Copper down conductors before and after each pour of concrete is completed.

(b) On completion of the installation, the following tests shall be made:- (i) Resistance to earth of the complete installation (ii) Resistance to earth of each electrode (iii) Electrical continuity of all bends and joints. (c) In addition, a visual inspection shall be made of the entire installation with particular attention

being paid to fixings, joints and bends.

Page 67: Invitation for Bids (IFB) High Commission of India Colombo

Construction of surgical unit at Teaching Hospital, Batticaloa

Technical Specification

Section 2 – Telephone & Data Wiring Systems

Contents

2.1 SCOPE ............................................................................................................................ 77

2.2 TELEPHONE WIRING SYSTEM......................................................................................... 77

2.3 MAIN DISTRIBUTION FRAMES ........................................................................................ 77

2.4 TELEPHONE JUNCTION BOXES ....................................................................................... 77

2.5 TELEPHONE SOCKET OUTLETS ....................................................................................... 77

2.6 EARTHING SYSTEM ........................................................................................................ 78

2.7 TESTING OF TELEPHONE NETWORK ............................................................................... 78

2.8 DATA (LOCAL AREA NETWORK) WIRING SYSTEM ........................................................ 78

2.9 DATA SOCKET OUTLETS ................................................................................................ 78

2.10 TESTING OF DATA NETWORK ........................................................................................ 78

Page 68: Invitation for Bids (IFB) High Commission of India Colombo

Construction of surgical unit at Teaching Hospital, Batticaloa Technical Specification Section 2: Telephone & Data Wiring Systems 2.1 Scope The Contractor shall supply and install a wiring system for the telephone network and data

network as indicated in the drawings

2.2 Telephone Wiring System There will be one Main Distribution Frame (MDF) located in the Ground Floor which shall be

connected to the existing Private Automatic Business Exchange (PABX) system using a multi pair telephone cables in cable trunking. On each floor telephone junction boxes shall be installed. Individual telephone outlet circuits of each office shall be connected to the telephone junction box of the respective floor.

Wiring shall be carried out with 0.5mm PVC insulated twisted pair telephone cables in concealed

PVC conduits. 2.3 Main Distribution Frames The main distribution frames (MDF) shall be a wall mounted light-weight polycarbonate box with

lockable 180 degree opening door. Capacity shall be as shown in the drawings / Bill of Quantities. The terminal blocks shall contain solder terminals on the incoming side and screw-on terminals for

the outgoing cables. MDF must be included surge diverters to avoid the damages of surges. 2.4 Telephone Junction Boxes Telephone junction boxes shall be of the capacity specified on the drawings, comprising of a

mounting frame or box with a cover containing a terminal block with solder terminals on the incoming side and screw-on terminals for the outgoing pairs.

The junction boxes shall be of the flush mounted type unless installed inside a duct. 2.5 Telephone Socket Outlets The telephone outlets shall be flush with a fixed telephone terminal block and a overlapping white

plastic cover plate having bushed flex outlets, with cord clamp and suitable for one or two telephone flexible cords as indicated on the drawings. Telephone socket shall be of the type RJ 11.

2.6 Earthing System The earth resistance shall be less than 5Ω measured on a dry day or a lesser value as per the requirement of the instruments offered. Suitable inspection pits shall be provided at each earth rod for inspection and testing.

2.7 Testing of Telephone Network

On completion the installation the telephone wiring system, the Contractor shall perform the following checks and tests. • Check for the correct installation of all the items • Check the correct operation of the entire installation • Measure the continuity resistance of each circuit • Measure the earth resistance of earth electrodes

Page 69: Invitation for Bids (IFB) High Commission of India Colombo

The results shall confirm to the specifications and the requirements of the Director General of Telecommunications.

2.8 Data (Local Area Network) Wiring System Data (LAN) wiring system shall comprise of Primary Network Switch, Secondary Network

Switches, Patch Panels, Face plates with Keystone Jack and Wiring. Individual data outlet circuits of each office shall be connected to the Patch panel of the respective floor.

Wiring shall be carried out with 4-pair CAT 6 unshielded twisted Pair (UTP) Cable. 2.9 Data Socket Outlets Data outlets shall be flush with a fixed terminal block and a overlapping white plastic cover plate

having bushed flex outlets, with cord clamp. Socket shall be of the type RJ 45. 2.10 Testing of Data Network

On completion the installation the data network wiring system, the Contractor shall perform the following checks and tests. • Check for the correct installation of all the items • Check the correct operation of the entire installation • Measure the continuity resistance of each circuit

Page 70: Invitation for Bids (IFB) High Commission of India Colombo

SECTION - 7

Form of Bid

FORM OF BID

Page 71: Invitation for Bids (IFB) High Commission of India Colombo

Note: Prior to the issue of the bidding documents, the Employer should insert relevant data for all items marked with an

asterisk (*).

Name of Contract : Construction of surgical unit at Teaching Hospital, Batticaloa To: Counsellor (Department of Cooperation), High Commission of India, 36-38, Galle Road, Colombo-03 Gentlemen: 1. Having examined the Standard Bidding Document - Procurement of Works – Major Contracts

[ICTAD/SBD/02 - Second Edition, January 2007], Specifications, Drawings and Bills of Quantities and Addenda for the execution of the above-named Works, we the undersigned, offer to execute and complete such Works and remedy any defect therein in conformity with the aforesaid Conditions of Contract, Specifications, Drawings, Bills of Quantities and addenda for the sum of Sri Lankan Rupees ....................................... (LKR ...................) or such other sums as may be ascertained in accordance with the said Conditions.

2. We acknowledge that the Contract Data forms part of our Bid. 3. We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably possible after the

receipt of the Engineer’s notice to commence, and to complete the whole of the Works comprised in the Contract within the time stated in the Contract Data.

4. We agree to abide by this Bid until the date specified in ITB Clause 16 ………… [insert date], and it shall

remain binding upon us and may be accepted at any time before that date. 5. Unless and until a formal Agreement is prepared and executed this Bid, together with your written

acceptance thereof, shall constitute a binding Contract between us. 6. We understand that you are not bound to accept the lowest or any bid you may receive. 7. We certify/confirm that we comply with the eligibility requirements as per ITB Clause 3 of the bidding

documents.

Dated this ……………………………... day of…………………………………..20………...…

Signature ………………………………….. in the capacity of ……………………...……….….

duly authorized to sign bids for and on behalf of ……………………………………………….. [in block capitals or typed] Address: ……………………………………………………………………………………….… Witness: …………..…………………………………………………………………………….

Page 72: Invitation for Bids (IFB) High Commission of India Colombo

SECTION - 8

BILL OF QUANTITIES

ATTACHED SEPARATELY – VOLUME II

Page 73: Invitation for Bids (IFB) High Commission of India Colombo

SECTION - 9

Schedules

Page 74: Invitation for Bids (IFB) High Commission of India Colombo

Schedule 1 – General Information

(i) If pre-qualification is done the bidders are required to include information subsequent to that submitted with the pre-qualification application.

(ii) For joint ventures, each joint venture partner shall furnish information separately.

ITB Clause

reference Description

Information (to be filled by the Bidder)

Remarks

4.1 (a) Legal Status

Provide certified copies of Registration

Written power of

attorney of the signatory to the Bid

Provide original or certified copy of the power of attorney attested by a Notary and label as attachment

to Clause 4.1(a)

If a Joint Venture,

names and addresses of Joint Venture Partners

1. …………………………

2. ………………………... 3. …………………………

Provide a draft copy of the Joint

Venture Agreement or

alternatively the memorandum of understanding

If a Joint Venture, name of

Lead Partner

For joint ventures, each joint venture partner shall furnish Legal Status separately

Name (Lead partner)

Provide certified copies and label as attachment to

Clause 4.1(a) Legal status

Place of registration

Principle place of business

Written power of attorney of the signatory to the Bid

Provide original or certified copy of the power of attorney attested by a Notary and label as attachment to Clause 5.1

VAT Registration Number

Name (Partner 2

)

Provide certified copies and label as attachment to Clause

Page 75: Invitation for Bids (IFB) High Commission of India Colombo

Legal status

4.1 (a)

Place of registration

Principle place of business

Written power of attorney of the signatory to the Bid

Provide original or certified copy of the power of attorney attested by a Notary and label as attachment to Clause 4.1

(a)

VAT Registration Number

Name (Partner 3

)

Provide certified copies and label as attachment to Clause

4.1 (a) Legal status

Place of registration

Principle place of business

Written power of attorney of the signatory to the Bid

Provide original or certified copy of the power of attorney attested by a Notary and label as attachment to Clause 4.1

(a)

VAT Registration Number

4.2 (a) CIDA (ICTAD) Registration

Provide certified copies and label as attachment to

Clause 4.2(a)

Registration number

Grade

Specialty

Expiry Date

Page 76: Invitation for Bids (IFB) High Commission of India Colombo

Schedule 2 – Annual Turn-over Information (Construction only – Last five years)

(i) If pre-qualification is done the bidders are required to include information subsequent to

that submitted with the pre-qualification application. (ii) For joint ventures, each joint venture partner shall furnish information separately.

Year

Turn-over Remarks

1

Attach audited reports and label as attachment to Clause 4.2

2

3

4

5

Schedule 3 – Adequacy of Working Capital

If pre-qualification is done the bidders are required to include information subsequent to that submitted with the pre-qualification application

Source of credit line

Amount Remarks

Provide documentary evidence and label as attachment to

Clause 4.2

Total

Page 77: Invitation for Bids (IFB) High Commission of India Colombo

Schedule 4 – Construction Experience in last five years

(i) If pre-qualification is done the bidders are required to include information subsequent to that submitted with the pre-qualification application.

(ii) For joint ventures, each joint venture partner shall furnish information separately.

Year Employer Description of Works Amount Contractor’s Responsibility (%)

Total

• Provide documentary evidence and label as attachment to Clause 4.2

Page 78: Invitation for Bids (IFB) High Commission of India Colombo

Schedule 5 – Major Items of Construction Equipment Proposed

Type

Capacity

Page 79: Invitation for Bids (IFB) High Commission of India Colombo

Schedule 6 – Construction Management Staff

A. Key Professionals

Name

Position Task

B. Support Staff

Name

Position Task

Page 80: Invitation for Bids (IFB) High Commission of India Colombo

Schedule 7 – Time Schedule for Key Staff

Months (in the form of a Bar Chart)

Name Position Activities 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Number of Months

Full-time: Part-time: …………….

Page 81: Invitation for Bids (IFB) High Commission of India Colombo

Schedule 8 – Work Programme

Sheet 1 of …… [1st, 2nd, etc. are months from the Start Date.]

Construction Activity

1st

2nd

3rd

4th

5th

6th

7th

8th

9th

10th

11th

12th

13th

14th

15th

Page 82: Invitation for Bids (IFB) High Commission of India Colombo

Schedule 9 – Input percentages for Price Adjustment Formula

Input Name

(Include major materials below the list, together with percentages for all inputs)

CIDA(ICTAD)Reference for Indices

Percentage

(percentages listed should added to 90.0)

Major plant

P1

Small equipment

P2

Skilled Labour

L1

Unskilled Labour

L2

Total

90.0

Page 83: Invitation for Bids (IFB) High Commission of India Colombo

SECTION - 10

Standard Form (Bid)

Page 84: Invitation for Bids (IFB) High Commission of India Colombo

FORM OF BID SECURITY

[this Guarantee form shall be filled in accordance with the instructions indicated in brackets] ------------------------------------- [insert issuing agency’s name, and address of issuing branch or office] Beneficiary: Counsellor (Department of Cooperation)

High Commission of India, 36-38, Galle Road, Colombo-03

Date: ----------- [insert (by issuing agency) date] BID GUARANTEE No.: --------------------------------------- [insert (by issuing agency) number] We have been informed that ---------------------------------------------- [insert (by issuing agency) name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated ----------------------------- [insert (by issuing agency) date] (hereinafter called "the Bid") for the execution of [insert name of Contract] under Invitation for Bids No. ----------- [insert IFB number] (“the IFB”). Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid Guarantee. At the request of the Bidder, we ---------------------------------------------- [insert name of issuing agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ---------------- [insert amount in figures] ----------------------------------------------------------- [insert amount in words]) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified; or (b) does not accept the correction of errors in accordance with the Instructions to Bidders

(hereinafter “the ITB”) of the IFB; or (c) having been notified of the acceptance of its Bid by the Employer/Purchaser during the period of

bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB.

This Guarantee shall expire:

(a) if the Bidder is the successful bidder, upon our receipt of copies of the Contract signed by the Bidder and of the Performance Security issued to you by the Bidder; or

(b) if the Bidder is not the successful bidder, upon the earlier of (i) the successful bidder furnishing the performance security, otherwise it will remain in force up to --------------- (insert date)

Consequently, any demand for payment under this Guarantee must be received by us at the office on or before that date -----------------------

Page 85: Invitation for Bids (IFB) High Commission of India Colombo

Pricing Preamble

Page 86: Invitation for Bids (IFB) High Commission of India Colombo

PREAMBLE TO THE BILL OF QUANTITIES 1. This Bill of Quantities is prepared in accordance with the standard specifications given in

Section-6 and shall be read in conjunction with all documents, which comprise the contract. 2. The cost of complying with all conditions, obligation and liabilities described in the Conditions

of Contract, Specifications and the Bill of Quantities including all overhead charges and profit in carrying out the work as shown on the Drawings shall be deemed to be spread over and included in the prices of sums stated by the Bidder in the bill of Quantities unless separately measured.

3. If the bidder fails to price any item in the Bill of Quantities then the cost of the work under such

item shall be held to be spread over and included in the prices given against other items of work. 4. The quantities set out in the Bill of Quantities are provisional and cover the approximate scope

of the work anticipated to be performed by the Contractor .The actual quantities will be determined by the Engineer by measurement of the work completed by the Contractor.

5. The following abbreviations are used in the Bill of Quantities. L.S. - Lump Sum P.S. - Provisional Sum m - Metre mm - Millimetre m2 - Square metre kg - kilogram nr - Numbers Rs. Cts. - Sri Lankan Rupees and Cents m3 - Cubic metre t - Metric ton 6. When trade names, brands and or Catalogue numbers are referred to, sole preference to any

material or equipment is not intended. Any other material or equipment may be used, provided that the characteristics of type, quality, appearance, finish, method of construction and/or performance is superior than specified.

7. Whenever the method of measurement is not clear from the discount available, the principles as

given in the Sri Lanka Standard 573, Method of Measurements Building Works shall be applicable.

GENERAL It is the tenderer’s responsibility to see that the prices include for complying with all the requirements of the other documents whether specifically referred to in Bill of Quantities. The Tenderer is advised to visit the site of the proposed work and it is the responsibility of the Tenderer to ascertain the conditions governing access to the site, the extent of working space storage area etc. The rate for each item shall also include for all the following.

1. Labour and all connected cost.

2. Materials and goods including all connected cost.

3. Complying with regulations of the Municipal Council and/or any other relevant authority under

which particular item of work is to be executed unless otherwise included in the preliminaries.

4. Plant and equipment unless and otherwise included in preliminaries.

5. Protecting and clearing.

Page 87: Invitation for Bids (IFB) High Commission of India Colombo

6. In addition to above, the rate for item of work in substructure shall include for the works at

depth extending below ground water table where applicable including excavation under water,

removal and disposal of mud, stand and preparation of place to a condition suitable for proper

execution of the work.

7. Establishment charges and overheads (not included in preliminaries or anywhere in the Bill of

Quantities) and Profits.

EXCAVATION All works under this section are measured net and no working space is allowed.

1. The contractor shall be responsible for the design and execution of the excavation method which

is subject to scrutiny by the Engineer.

2. Existing ground levels shown in the drawings have been taken at the surface of the ground with

no particular differentiation to indicate buried foundations, pavings etc.

Rates shall include for; 3. Levelling bottom of trenches and sides plumbs.

4. b) Back filling with selected excavated material and consolidating.

5. Planking and strutting if required.

6. Disposal of surplus soil and keeping all excavation free from water.

7. Existing ground levels shown in the drawings have been taken at the surface of the ground, with

no particular differentiation to indicate buried foundations, paving etc.

CONCRETE Unless otherwise specified all concrete shall be Grade-C25. All concrete shall be dense with a vibrator. All concrete shall be so cast as to receive only that finishing on its exposed surfaces as specified in the respective item, Unless otherwise specified in the items all formwork and reinforced measured separately. Rates for concrete work shall include for:- 1. Mixing as per specification, depositing, handling, hoisting and placing at any height or depth. 2. Packing and tampering around steel reinforcement including vibrating. 3. Contractor’s designed kickers, construction joints and sealants. 4. Curing and making good after removing formwork etc. 5. In case of ready mix concrete, transporting, admixture, handling, pumping/ hoisting and placing at any height or depth. Formwork Rate shall include for:-

1. All necessary boarding, supporting, erecting, framing, cutting angles, skirting or removal,

cleaning, wetting and treating before placing concrete.

2. Formwork is measured as the net contact surface measurement between concrete and formwork

plywood or other type of shuttering to produce fair faced concrete finish.

3. Formwork including class II timber joints and necessary props (Rates to include for removal)

4. Formwork shall be properly designed and strictly as described in the specifications for the

particular type of concrete surface finish and it should be sufficiently strong and grout tight.

Page 88: Invitation for Bids (IFB) High Commission of India Colombo

Reinforcements Rate shall include for:

1. Cutting, bending, fabricating placing in position, holding and supporting including temporary

fixing supports hangers space bars, cover blocks, chairs, laps, binding wires and waste.

2. High yield steel and mild steel bars use for construction.

3. Reinforcements as per B.S. 4449 or 4461 having minimum characteristic strength of 460N/mm2

for high yield steel & 250 N/mm2 for mild steel.

PRECAST CONCRETE WORKS Rates for precast concrete works shall include for:-

1. Moulds and for formwork with the required finish to all exposed surfaces in accordance with the

specifications, hacking surfaces to form key for rendering etc., and hoisting to any height or

depth including providing any lifting holes or other devices to the approval of the Engineer,

building in, including bedding and jointing in mortar as required, and any necessary strutting

and supporting.

2. The requirements of the placing preamble clauses which refer to concrete work, reinforcement

and formwork.

3. Loading, transporting to site, unloading handling and stacking.

4. Hoisting and fixing in position at any height or depth.

MASONRY WORK Rates to include for joggles, craps, dowels, ties, templates, rough and fair cutting, forming splays, angles, reveals, & pointing, including hoisting to any given height or depth. BRICKWORK

1. Brick should be of superior quality subject to minimum strength 4.8 N/mm2 and blocks should

be 2.8 N/mm2 approved by the Engineer.

2. Rate to include for all rough and fair cutting, plumbing angles, forming, rebated reveals, rough

arches raking out joints for painting, plastering etc. cutting chases, making good and sundry

items of that nature.

3. Preparing existing walls for raising and pinning new brick work.

4. Bonding new walls to concrete faces and old walls where necessary and materials to be used for

such bonding.

ROOFING Rates for roof covering and roof plumbing shall include for (a)

1. All shops fabrications hoisting and fixing complete with Screws, clips etc.;

2. All straight and square cutting waste.

3. The sheet shall be free from visible defects which may impair the appearance of serviceability.

The sheets shall be of uniform texture, smooth on one side, rectangular in shape and all edges

shall be neatly cut, formed and trimmed. The corrugation shall be true and regular.

Page 89: Invitation for Bids (IFB) High Commission of India Colombo

4. Hoisting, placing and fixing in position;

5. Straight cutting, raking cutting, circular cutting, notching and working around obstructions and

waste;

6. Drilling and making holes or opening and the like;

7. Nails, screws and the like;

Structural Steel Work Rate shall include for;

1. All shop fabrication work, including cutting, drilling bolting, reverting, welding, grinding,

delivering, unloading, hoisting, erecting and fixing.

2. Structural Steel strength should be 215 N/mm2.

CARPENTARY & JOINERY Sizes of all timber given are finished sizes.

1. All timber shall be well seasoned and treated against insect and termite attack.

2. Timber used for roof and ceiling framing and other structural work shall conform to the

requirements stipulated in chapter 8.0 wood work ( ICTAD specification SCA/4 Vol.1)

3. Species of timber listed under category A shall be used for roof and ceiling framing.

4. Maximum deviation in size specified shall not exceed the tolerances for dimension stated in

S.L.S 263(1974) clause -3.

Rates for joinery 1. Any type of cutting required , sawing notching, drilling, trimming, planning, forming and

jointing and the like, fixing in position, completion with nails, spikes, plugs, screws and gluing

and priming to joints and ends.

2. Painting rebates of frames before fixing of glass

3. Rate to include for heavy quality door lock, hinges & all other accessories.

PLASTERING

1. Rate shall include for all temporary rules screed, ground etc. for raking out joints of new brick

work or backing new concrete for key internal and coved angles, joints between new and old

plastering arises inter sections between curved or irregular surface etc.,. and all making good

around pipes sanitary fittings and similar fixtures.

Rates for ceiling lining shall include for the following 2. Working to sides and soffits of attached or isolated beams and soffit of staircases.

3. Straight, raking & circular cutting.

PAVING Rate shall include for: All temporary rules, screeds, grounds etc. all normal cutting arises, rounded angles and edges and the like, bedding and pointing making good between difference surfaces and between new and old work, making good around pipes, sanitary fittings, and other fixtures cleaning and protecting upon completion.

Page 90: Invitation for Bids (IFB) High Commission of India Colombo

ALUMINIUM WORKS Rate shall include for All Aluminium sections shall be Natural aluminium alloy sections with anodizing thickness not less than 10 -15 Microns Glazing shall have 5mm thick clear float glass for windows & 6mm thick clear glass for doors. Frame and/or sash sections shall be of 6063-T5 aluminium alloy having a nominal thickness of 1.575mm + 0.15mm In glazed panelled partitions top panel shall be 6mm clear glass and bottom panel shall be PVC coated laminated plywood board (750mm height) PAINTING Rate shall include for:

Preparation of surfaces cleaning down, smoothing, knotting, stopping etc. . . .protection of floors and

fittings removing and replacing doors and windows furniture and cleaning, windows etc. upon

completion.

Steel Works All galvanized steel works painting shall be one coat of etching primer and two coats of enamel paint. PLUMBER Rate for all pipes shall include for screws, nails, pipe brackets, jointing materials etc. and all hole chasing in the walls and making good in all trades and all necessary excavation and back filling unless otherwise specified separately in the Bill of Quantities. Any special water supply and drainage fittings such as Bends, tees, sockets, reducers etc. unless otherwise specified separately in the Bill of Quantities shall be deemed to have been included in the relevant items and should accordingly be rated to include for such special etc. and for any minor extra works involved in the completion of such items. All “U” P.V.C. pipe for water supply should be of type 1000 and all waste water (drainage) and Sewerage pipes should be of Type 600. Rate for all pipes shall include for pressure testing as specified and pipe work should not be covered up before pressure testing. Ceramic Fittings and Accessories Unless otherwise specified, all fittings should be approved quality.

• All fittings should be “white” colour unless otherwise specified.

• Fittings such as taps, waste water outlet, flushing cistern, internal overflows and the like and

supporting brackets, incidental materials for fixing.

• Assembling, jointing together fixing components parts and jointing to pipes including necessary

coupling and for leaving perfectly clean undamaged and in perfect working order as on

completion.

• Jointing and or connecting pipes to sanitary fittings.

WATER PROOFING Rate for water proofing shall include for:

• For necessary levelling and trimming top of rubble / block/ brick plinth wall;

• Fair edges, rounded edges, drips, arises, angle fillets;

• Forming internal and external angles, bonding bricks/ blocks and the like;

Page 91: Invitation for Bids (IFB) High Commission of India Colombo

• Turning nips of asphalt into grooves and asphalting around brackets;

• Cutting to line and jointing new to old asphalt;

• Temporary screeds, ground and rules.

ELECTRICAL INSTALLATION Rates in Bill of Quantities shall include all necessary materials Cables, conduits, PVC sunk box, bulbs,

switches etc. and labour required to complete the electrical installation to good working order.

Except where specifically stated, all costs associated with provision of all holes, opening , chases, ducts

and other builders’ work required for installation and make them good, shall be included in the rates.

Where reference is made to certain manufacturers’ products and items identified by registered

trademarks, this has been done for the sole purpose of defining and establishing standards of quality

and performance and not with the intention of restricting the procurement of material or fitting to a

particular manufacturer.

Testing and commissioning of the electrical installation is to be carried out by the contractor and

inspection report submitted according to the requirements of the power supply Authority. Cost of such

testing and report to be included in the rates, as built electrical drawing to be submitted.

All type of fittings, materials, painting and finishes shall be approved by the Engineer prior to

installation.

Electrical items (MCB, RCCB, and RCBO etc.) without an accredited agent in Sri Lanka shall not be

accepted and guarantee cards ( only for Fans) should be provided from Accredited agent when

necessary.

Page 92: Invitation for Bids (IFB) High Commission of India Colombo

CHECK LIST FOR BIDDERS Bidders are advised to fill the following table.

ITEM ITB Clause

YES (tick)

REFERENCE

Form of Bid Addressed to the Employer? 18 Completed? 18 Signed? 18 Bid Securing Declaration Form (if required) Properly filled and signed 16 Bid Security (if required) Address to the Employer? 16 Format as required? 16 Issuing Agency as specified? 16 Amount as requested? 16 Validity 28 days beyond the validity of Bid? 16 Qualification Information All relevant information completed? 4 Signed? 4 Addendum Contents of the addendum (if any) taken in to account?

10

Bid package All the documents given in ITB Clause 12 enclosed in the original and copy?

12

ITB Clause 19 followed before sealing the Bid package?

19

Page 93: Invitation for Bids (IFB) High Commission of India Colombo