0% found this document useful (0 votes)
15 views79 pages

NYC Upgrading Works Pamplemousses

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
15 views79 pages

NYC Upgrading Works Pamplemousses

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 79

NATIONAL Helvetia Youth Hub

YOUTH
Helvetia
St Pierre 81405
T : 460 9004
E : [email protected]

COUNCIL

Open National Bidding


For

Upgrading Works at Pamplemousses Youth Centre

Procurement Reference No: NYC/PROC/07/2023-2024

Issued on: 14 February 2024

A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Section I: Instruction to Bidders
1. Introduction

The National Youth Council also referred as the Employer, invites eligible local contractors to submit
their bid for the works described in detail hereunder. Any resulting contract shall be subject to the
terms and conditions referred to in this document.

The Works are “Upgrading Works at Pamplemousses Youth Centre”.


Participation is limited to citizens of Mauritius or entities incorporated in Mauritius. Joint Ventures
should be among entities incorporated in Mauritius

1.1 Clarifications, if any, should be addressed by email to: The Secretary, National Youth Council
on [email protected]

The Employer will respond in writing to any request for clarification, provided that such request is
received 14 days prior to the deadline for submission of bids.

The Employer shall respond to such request at latest 7 days prior to the deadline set for submission of
bids.

1.2 Bidders are advised to carefully read the complete Bidding document, including the Particular
Conditions of Contract in Section IV, before preparing their bids. The standard forms in this document
may be retyped for completion but the Bidder is responsible for their accurate reproduction.

2. Validity of Bids

The bid validity period shall be 90 days from the date of bid submission deadline.

3. Works Completion Period

The Intended Completion period is 180 calendar days from start date of works.

4. Site Visit

Bidders or their designated representatives are requested to carry out site visit to take cognizance of
the works and site. The purpose of the site visit is for bidders to know the site, its difficulties and to ask
any clarification if any. Bidder will need to make arrangement for such visit by calling Mr D. Adjodha
on 460 9004.

5. Sealing and Marking of Bids

Bids should be sealed in a single envelope, clearly marked with the Procurement Reference Number,
addressed to the Public Body with the Bidder’s name at the back of the envelope.

6. Submission of Bids

Bids (one original and soft copy on CD) should be deposited in the Bid Box located at NYC Office,
Helvetia Youth Hub, Helvetia, St Pierre not later than Thursday 14 March 2024 by 14.00 hours at
latest. Bids by post or hand delivered should reach the above-mentioned address by the same date
and time at latest. Late bids will be rejected. Bids received by e-mail will not be considered.

7. Bid Opening

Bids will be opened by the NYC at Helvetia Youth Hub, Helvetia, St Pierre on Thursday 14 March
2024 at 14.15 hours. Bidders or their representatives may attend the Bid Opening if they choose to do
so.

2
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
8. Evaluation of Bids

The Public Body shall have the right to request for clarification during evaluation. Offers that are
substantially responsive shall be compared on the basis of evaluated cost to determine the lowest
evaluated bid.

9. Eligibility Criteria

To be eligible to participate in this bidding exercise, Bidder should:

(a) have the legal capacity to enter into a contract to execute the works;
(b) be duly registered with the CIDB under the grade that would allow him to perform the
value of works for which he is submitting his bid. (Note 1)
(c) not be insolvent, in receivership, bankrupt, subject to legal proceedings for any of these
circumstances or in the process of being wound up;
(d) not have had your business activities suspended;
(e) not be under a declaration of ineligibility by the Government of Mauritius in accordance
with applicable laws at the date of the deadline for bid submission or appearing on the
ineligibility lists of African Development Bank, Asian Development Bank, European Bank for
Reconstruction and Development, Inter-American Development Bank Group and World Bank
Group;
(f) not have a conflict of interest in relation to this procurement requirement; and
(g) have a Business Registration Card.

Note 1 Sub-contractors undertaking works are also subject to registration with CIDB as applicable to
Contractors.

10. Qualification and Experience Criteria


Bidders should have the following minimum qualifications and experience:
(a) valid registration certificate with the CIDB in Building Construction works under the grade
that will enable the contractor to perform the works quoted for.
(b) Specific experience in two works of a similar nature over the last 5 years, each of value not less
that MUR 2.5M that have been successfully completed as a main contractor. Out of the two
works one should be a new reinforced concrete building and the other a
renovation/upgrading one. To submit proof for the specific works such as letter of
acceptance, completion certificates etc as completed by the main contractor. Failure to
submit same may result in the disqualification of the bidder.
(c) A full time Site Agent having as minimum qualification: A diploma in construction related field
and 5 years’ experience as site agent in the construction sector as; or any equivalent
qualifications acceptable to the Public body.
(d) Minimum amount of liquid assets and/or credit facilities net of other contractual commitments of
the Bidder of the amount of MUR 2.0M. Failure to submit same may result in the
disqualification of the bidder.
(e) Certified copies of Financial Statements or Audited account as filed at the Registrar of
Companies before the deadline set for submission of bids over the last three years
(f) A full time foreman with at least 10 years’ experience in the construction field.
(g) A health and safety officer having a minimum of 3 years as experience.
(h) One Electrical Engineer registered with the Council of Registered Engineers of Mauritius
having at least 5 years post registration experience to attend all site meetings, to supervise all
electrical works, to submit all shop drawings and technical datasheet, to reply to queries on
technical issues and to act as the representative of the Contractor for Electrical Works.
To submit recent CV and undertaking of the Proposed Site Agent. Foreman, Health and safety
Officer and Electrical Engineer. The signature shall be in original or else the proposal may be
rejected.
3
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
11. Contents of bid

The Bid shall comprise the following:


(a) duly filled Bid Submission Form;
(b) duly filled Priced Bill of Quantities
(c) duly filled Qualification Information Form and attachments required
(d) report on the financial standing of the Bidder for the last three years, such as certified copies of
Financial Statements or Audited Accounts as filed at the Registrar of Companies before the
deadline set for submission of bids
(e) Valid Registration certificate with the CIDB, as applicable
(f) Signed C.V and undertaking of the proposed Site Agent, Foreman, Electrical Engineer
and Health and Safety Officer
(g) Documentary evidence of liquid assets and/or credit facilities (Note 1);
(h) Any other documents deemed necessary as per the requirements of this bidding document

Note 1
Bidders to demonstrate access to, or availability of, financial resources such as liquid assets,
lines of credit, and other financial means, other than any contractual advance payments to meet
the overall cash flow requirements for the contract and its current commitments. Documentary
evidence may comprise but not limited to Bank certificate, Certificate from Auditors, Certificate
from a Professional Accountant registered with MIPA, Certificate from Insurance companies.

12. Joint Venture

Bids submitted by a joint venture of two or more firms as partners shall comply with the
following requirements:
i. The Bid shall include all the information required as per the Qualification Information form for
each joint venture partner;
ii. The Bid shall be signed so as to be legally binding on all partners;
iii. The Bid shall include a copy of the agreement entered into by the joint venture
partners defining the division of assignments to each partner and establishing that
all partners shall be jointly and severally liable for the execution of the Contract in
accordance with the Contract terms; alternatively, a Letter of Intent to execute a joint venture
agreement in the event of a successful bid shall be signed by all partners and submitted with
the bid, together with a copy of the proposed agreement;
iv. One of the partners shall be nominated as being in charge, authorized to incur liabilities, and
receive instructions for and on behalf of any and all partners of the joint venture; and
v. the execution of the entire Contract, including payment, shall be done exclusively with the
partner in charge.

13. Prices and Currency of Payment

Bidders should quote for the whole works. Prices for the execution of works shall be quoted and fixed
in Mauritian Rupees. Items for which no rate or price is entered by Bidders, shall not be paid for by the
Public Body when executed and shall be deemed covered by the other rates and prices in the Bill of
Quantities.

Bids shall cover all costs of labour, materials, equipment, overheads, profits and all associated costs
for performing the works, and shall include all duties. The whole cost of performing the works shall be
included in the items stated, and the cost of any incidental works shall be deemed to be included in the
prices quoted.

4
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
14. Bid Securing Declaration

Bidders are required to subscribe to a Bid Securing Declaration in the Bid Submission Form.

15. Margin of Preference

15.1 A Margin of Preference for employment of local manpower shall be applicable for National
Bidding as follows:
(a) A local Small and Medium enterprise, having an annual turnover not exceeding Rs
100million or a joint venture consisting of local Small and Medium Enterprises having an
aggregate annual turnover not exceeding Rs 100 million who undertakes to employ local
manpower for 80% or more of the total man-days deployed for the execution of the works
contract referred hereto, shall be eligible for a Margin of Preference of 20%.

(b) Any bidder incorporated in the Republic of Mauritius not satisfying all the conditions
mentioned in (a) above but undertakes to employ local manpower for 80% or more of the
total man-days deployed for the execution of the works contract referred hereto, shall be
eligible for a Margin of preference of 10%.

Note: Local manpower shall mean employees on the payroll of the Contractor as well
as those for subcontractors for executing the works contract on the site.

15.2 Bidders applying for the Margin of Preference shall submit, upon request, evidence of:

(a) their incorporation in the Republic of Mauritius;


(b) their Joint Venture Agreement or intention to legally enter into a Joint Venture
Agreement to be incorporated in the Republic of Mauritius, where applicable;
(c) the percentage of the total man-days to be deployed by local manpower with break-
down indicating type of works to be entrusted to local manpower.
(d) A financial statement signed by a certified Accountant vouching that the annual turn-
over of the local Small and Medium Enterprise (where applicable) does not exceed Rs
100M
(e) their deployment of manpower to demonstrate how they will undertake to employ the
local manpower for the project. The evidence may include the number of existing employees
that will be involved in the project and the number of workers that may be hired temporarily.

Non-submission of the evidence may entail non-eligibility of the bidder for margin of
preference.

16. Award of Contract

The Bidder having submitted the lowest evaluated responsive bid and qualified to perform the works
shall be selected for award of contract. Award of contract shall be by issue of a Letter of Acceptance in
accordance with terms and conditions contained in Section IV: General Conditions of Contract and
Particular Conditions of Contract.

5
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
17. Performance Security and signing of contract

Within twenty-eight (28) days of the receipt of the Letter of Acceptance from the Employer, the
successful Bidder shall furnish a Performance Security from a bank, in the amount equal to 10%
of the Bid price (inclusive of VAT), in accordance with the conditions of contract, using for that
purpose the Performance Security Form included in Section V Contract Forms.

The contract agreement shall be signed within 28 days after the successful bidder receives the letter
of acceptance unless the parties agree otherwise.

Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the
contract within the required time may constitute sufficient grounds for the annulment of the award.

18. Notification of Award and Debriefing

Prior to the expiration of the period of bid validity, the Employer shall, for contract amount above Rs 15
million, notify the selected bidder of the proposed award and accordingly notify unsuccessful bidders.
Subject to Challenge and Appeal, the Employer shall notify the selected Bidder, in writing, by a Letter
of Acceptance for award of contract. Until a formal contract is prepared and executed, the notification
of award shall constitute a binding Contract.

The Public Body shall after award of contract, exceeding Rs 1 million and up to Rs 15 million, promptly
inform all unsuccessful bidders in writing of the name and address of the successful bidder and the
contract amount.

Furthermore, the Public Body shall attend to all requests for debriefing for contract exceeding Rs 1
million, made in writing within 30 days the unsuccessful bidders are informed of the award.

19. Advance Payment

The Public Body shall provide an Advance Payment on the Contract Price as stipulated in the General
Conditions of Contract. The Advance Payment shall be guaranteed by an Advance Payment Security
as per the format contained in Section V.

The Advance Payment shall be limited to 10% percent of the Contract Price, less any provisional and
contingencies sums.

20. Integrity Clause

The Public Body commits itself to take all measures necessary to prevent corruption and ensures that
none of its staff, personally or through his/her close relatives or through a third party, will in connection
with the bid for, or the execution of a contract, demand, take a promise for or accept, for him/herself or
third person, any material or immaterial benefit which he/she is not legally entitled to.

21. Rights of Public Body

The National Youth Council reserves the right:


(a) to split the contract as per the lowest evaluated cost per lot; and
(b) to accept or reject any bid or to cancel the bidding process and reject all bids at any time prior
to contract award without incurring any liability to the Public body.

6
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
22. Challenge and Appeal

Unsatisfied bidders shall follow procedures prescribed in Regulations 48, 49 and 50 of the Public
Procurement Regulations 2008 to challenge procurement proceedings and award of procurement
contracts or to file application for review at the Independent Review Panel.

(a) The address, Tel. No. & Email address to file Challenges in respect of this procurement is:
The Secretary
Helvetia Youth Hub,
Helvetia, St Pierre.
Tel. 460 9004
E-Mail address: [email protected]

(b) The address to file Application for Review is:


The Chairperson
Independent Review Panel,
5th Floor,
Belmont House
Intendence Street
Port Louis
Tel : +230 260 2228
Email : [email protected]

7
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Section II: Bidding Forms
Note: Bidders are required to fill all the forms in this section and submit as part of their bid.
Non-submission of any form may lead to rejection of the bid

Bid Submission Form


Date: _______________
Bid’s Reference No: _______________
Procurement Reference No:________________
To:
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued;
(b) We offer to execute in conformity with the Bidding Documents the following Works: Upgrading
of Pamplemousses Youth Centre;
(c) The total price of our Bid excluding VAT is: ___________________________________(MUR):
(d) Our bid shall be valid for a period of 90 days from the date fixed for the bid submission
deadline in accordance with the Bidding Documents or up to Monday 20 May 2024 whichever
is later, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period;
(e) We hereby confirm that we have read and understood the content of the Bid Securing
Declaration attached hereto and subscribe fully to the terms and conditions contained therein,
if required. We understand that non-compliance to the conditions mentioned may lead to
disqualification.
(f) If our bid is accepted, we commit to obtain a Performance Security in accordance with the
Bidding Document;
(g) We, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITB 8;
(h) We are not participating, as a Bidder in more than one bid in this bidding process;
(i) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of
the contract, has not been declared ineligible under the laws of Mauritius;
(j) We have taken steps to ensure that no person acting for us or on our behalf will engage in any
type of fraud and corruption as per the principles described hereunder, during the bidding
process and contract execution:

i. We shall not, directly or through any other person or firm, offer, promise or give to any of
the Public Body’s employees involved in the bidding process or the execution of the
contract or to any third person any material or immaterial benefit which he/she is not
legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever
during the tender process or during the execution of the contract.
ii. We shall not enter with other Bidders into any undisclosed agreement or understanding,
whether formal or informal. This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelisation in the bidding process.
iii. We shall not use falsified documents, erroneous data or deliberately not disclose
requested facts to obtain a benefit in a procurement proceeding.
We understand that transgression of the above is a serious offence and appropriate actions will
be taken against such bidders.
(k) We understand that this bid, together with your written acceptance, shall constitute a binding
contract between us, until a formal contract is prepared and executed;

8
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
(l) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive; and
(m) If awarded the contract, the person named below shall act as Contractor’s Representative:

Name:

In the capacity of:

Signed:

Duly authorized to sign the


Bid for and on behalf of:

Date:

Seal of Company

9
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Appendix to Bid Submission Form

BID SECURING DECLARATION

By subscribing to the undertaking in the Bid Submission Form:

I/We accept that I/we may be disqualified from bidding for any contract with any Public Body
for the period of time that may be determined by the Procurement Policy Office under section
35 of the Public Procurement Act, if I am/we are in breach of any obligation under the Bid
conditions, because I/we:

(a) have modified or withdrawn my/our bid after the deadline for submission of bids during
the period of bid validity specified by the Bidder in the Bid Submission Form; or

(b) have refused to accept a correction of an error appearing on the face of the bid; or

(c) having been notified of the acceptance of our bid during the period of bid validity,

(i) have failed or refused to execute the Contract, if required, or

(ii) have failed or refused to furnish the Performance Security, in accordance with
the Instructions to Quote.

I/We understand this Bid Securing Declaration shall cease to be valid

(a) in case I/we am/are the successful bidder, upon our receipt of copies of the contract
signed by you and the Performance Security issued to you by me/us ; or

(b) if I am/we are not the successful Bidder, upon the earlier of

(i) the receipt of your notification of the name of the successful Bidder; or

(ii) thirty days after the expiration of the validity of my/our bid.

In case of a Joint Venture, all the partners of the Joint Venture shall be jointly and severally liable.

10
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Qualification Information

1. Individual 1.1 Constitution or legal status of Bidder: [attach copy]


Bidders or
Individual Place of registration: [insert]_____________________________
Members of
Principal place of business: [insert]_______________________
Joint Ventures

1.2 Bidder shall provide [insert number] of works of a nature and amount
similar to the Works performed as Contractor over the last 5 years.

Project/Contract Name of client and Type of work performed and Value of contract
name and country contact person year of completion (national currency )

(a)

(b)

1.3 Proposed subcontracts and firms involved. Refer to General


Conditions of Contract Clause 7.

Sections of the Value of subcontract Subcontractor Experience in similar work


Works
(name and address)

(a)

(b)

[Bidders have to ascertain that sub-contractors executing works are duly registered with the CIDB in
accordance with CIDB Act 2008.
1.4 Name, address, and telephone, telex, and facsimile numbers of banks
that may provide references if contacted by the Public Body
2. Additional 2.1 Bidders should provide any additional information Requirements
requested in the Bidding Document.

11
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
BILL OF QUANTITIES
Procurement Reference Number: NYC/PROC/07/2023-2024

Upgrading works at Pamplemousses Youth Centre


All Quantities to be re-measured and pay

Ite Brief Description of Works Unit of Quantity Unit Price Total


m Measu (Rs) Price (Rs)
No re

A Preliminaries and General


Costs
Bidders are required to submit their
bid on a fixed price basis which is to
include for all possible increase in
costs of Labour, materials, freight,
transport, fuel, changes in exchange
rates, taxes excluding VAT.
Allow for preliminaries and general
costs in connection with, but not
limited to, the following:
A1 The Contractor is to allow for costs
related to Preliminaries and General
Conditions of Contract requirements
including the following but not limited
to: setting out of the works, site
management, Contractor's office,
overheads, tools, plants, store,
stacking and storage of materials,
Project Manager's facilities, SUM
insurances, bonds, watchmen, light,
electricity, signboard, protection of
existing building and internal
amenities, security of workmen, office
equipment etc and works on site,
temporary hoardings and gantries,
police requirements, etc
Allow for the provision of safe means
A2
of working at all levels in accordance
with the Health and Safety Act SUM
(2005), in particular to Part VI of the
Act. To submit a health and safety
report prior to start the works and
as and when required.

Bill No 1: Total Brought Forward to Main Summary

12
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Ite Brief Description of Works Unit of Quantity Unit Price Total
m Measu (Rs) Price (Rs)
No re
Demolitions Works
All provisional
B Demolition of reinforced concrete
structures, block wall, removal of
openings, wooden partitions, etc. All
demolition and removal works shall be
carried out with care using mechanical
means such as cutting equipment and to
also ensure that existing structures of the
building are not affected/damaged. All
debris to be carted away immediately
once all demolition complete. To also
protect all existing surfaces, tiling, wall
etc. Any damages caused shall be make
good at contractor's own cost. To be
read in conjunction with survey,
demolition plan.
B1 Demolition of reinforced concrete
members with all scaffolding at a height M3 12
of 8 to 10m and cart away etc
B2 Removal of all exiting metal openings /
aluminium openings for windows and
doors/wooden flush doors including all m2 100
planks, burglar bars, collapsible door
architraves etc. and hand over to client or
cart away.
B3 Careful Demolition of existing block wall
including all lintels, plastering etc in m2 100
building. Care to be taken and all soffit of
slab and beams shall be props. To make
good to floor, walls, beams and slab
where demolition have been carried out.
B4 Removal of all wall tiles, floor tiles and
cart away. Works to include cleaning and m2 450
making good to wall and floor with 15mm
mortar as rendering and screed on floors.
B5 Removal of all existing WC pans(8nos),
wash hand basins(8nos), Sum 1
shower(6nos),Urinals(3nos) all plumbing
pipes, fittings, etc. and cart away
B6 Removal of all unused electrical fittings Sum 1
such as fans, distribution boards, sockets
etc. as directed by Project manager
B7 Removal of exiting zinc alum sheets, m2 65
flashing gutters, rain water pipes etc. and
cart away.

Bill No 2: Total Brought Forward Main Summary

13
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Ite Brief Description of Works Unit of Quantity Unit Price Total
m Measu Price (Rs)
(Rs)
No re
C Making Good
Prior to carry out any further new works
all existing surfaces shall be wash,
cleans etc. All cracks on wall surfaces
shall be cleaned, repairs using
appropriate crack filler. All surfaces such
as jams, lintel, overhangs, slab edges,
etc shall be made good with plastering,
filling of gaps, making good, carting away
etc.
C1 Made good to all internal/external edges
where demolition of wall have been
carried out and where doors planks have
been removed. Width of wall to be m 175
repaired and plastered is about 200mm
with all edges for cill, lintel, openings etc
C2 Supply and lay concrete blocks 150mm m2 20
thks with all mortar and waterproof
jointing to close openings for new
external/ internal walls.
C3 Rendering of block wall internally (10mm m2 40
thk) and externally (15mmthk) with
waterproof mortar.
C4 Supply and apply epoxy paint to floor of m2 17
the store. The existing floor should be
cleaned, cracks if any be treated etc.
prior to apply paint.
C5 Supply and lay floor tiles of size m2 140
300x600x10mm thk or bigger size as
approved by project manager to all floor
of toilet block, kitchen, corridor, toilet
blocks, lobby etc. Same tiles shall be
used for 100mm high skirting in corridor
or where applicable. Works to include
floor drain in each toilet block
C6 Supply and lay wall tiles of size m2 250
300x600x10mm thk or bigger size as
approved by project manager. All walls
shall be of even surfaces. Works to
include all materials.
C7 Supply and lay compacted concrete G25 M3 5
C8 Supply and lay high tensile steel bars of Kg 300
any sizes
C9 Supply and fix formwork with all supports m2 40
etc
C10 Supply and apply approved bonding Lt 1
agent such as epidermis or any other
equivalent one

Bill No 3: Total Brought Forward to Main Summary

14
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Item Brief Description of Works Unit Quantit Unit Price Total
No of y (Rs) Price (Rs)
Meas
ure
Aluminium openings
D Design, supply, fabricate and install the
following powder coated aluminium
openings (80 microns minimum) to satisfy
the function of the building complete with
glass to BS standard and as per
manufacturer's specification and to
Project manager's approval. All
aluminium openings exposed externally
shall be in approved sections including all
necessary mullions, transoms, handle,
locking devices stainless steel compass,
neoprene gasket, beading, glazing beads
with mitre cut joints and the like.
Aluminium openings shall resist cyclonic
wind speed 280 km/hr. (Contractor shall
submit shop drawings, with samples to
consultants, prior to fabrications for
approval and submit engineer’s
certificate). Perimeter of aluminium
openings shall be auto seal silicone
sealant or equivalent not exceeding 5mm
wide to be approved all round. Tinted
Glass min. 6mm to 8mm thickness to be
to Manufacturer's specifications and
project manager's approval. To seek
approval prior to fixing of all alumium
openings
D1 Single leaf flush doors D7,D8 of varying m2 13.5
width 0.75 – 1.0m and 2.1m ht
D2 Double leaf Glazed Doors D9 of size m2 7.56
1.8mx2.1m ht
D3 Double leaf glazed sliding door D1,D2 m2 16
with two fixed at ends and Glass 8mm
thick
Double leaf flush door D5 1.8mx2.1m m2 3.78
D4 Single leaf semi-glazed door D3,D4, D6 m2 15
of varying width 0.9m x2.1m ht.
D5 .New double leaf windows W3, W4 m2 17
D6 Cleaning, make good to existing m2 2.5
aluminium openings, repair works,
replacement of damaged handle and
compass etc so that all existing doors
and windows are fully functional
D7 New top hung W5,W6,W7 of varying m2 5.2
length 0.6 – 2.5mx 0.45m with at least
two to three openings for each
D8 New aluminium fixed glazing W1,W2 with m2 20
at least 8mm thk tinted glass
Bill No 4: Total Brought Forward to Main Summary
15
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Ite Brief Description of Works Unit of Quatity Unit Total
m Measure Price Price (Rs)
No (Rs)
Finishes-painting, water tanks and
pump
E Prepare and apply one coat of sealer
and 3 coats of anti-
fungus/wateremulsion/waterproofing
paint or similar approved to the
following surfaces in strict accordance
with manufacturer's specifications and
colour to project manager's approval.
To wash all wall surfaces with high
pressure jet and repairs all cracks
prior to apply fresh paint.
E1 Internal painting with water emulsion
to all wall and soffit of existing m2 1350
building. Colour to be as approved by
Project Manager.
E2 External painting with anti-fungus
emulsion paint to all wall and soffit of m2 550
overhang of existing building. Colour
to be as approved by Project
Manager.
E3 Supply and fix wall tiles 600mm high
and length 4.0m on wall of kitchen top m2 2.5
with all jointing edges and supply etc.
E4 Construction of a kitchen work top
3.3m long made up of wooden m2 2
structure (melamine) with 3 cupboard
and at least 3 drawers , handles,
hinges, stainless steel single bowl
sink, bottle trap, tap etc.
E5 Supply and fix Granite with bevelled
edges on kitchen top and vanity table. m2 5
To make provision for sink.
E6 Supply and install 2000lt fibre glass No 1
water tank with all piping and fittings
connections. Water tank to rest on a
200mm reinft. Concrete platform of
size 2mx2m
E7 Supply and install 1000lt fibre glass N0 1
water tank on roof with all piping and
fittings connections and 75MM
concrete up stand
E8 Supply and install electrical automatic No 1
pump with all piping and fittings
connection. The pump to house in a
pump house of size 1mx1mx1m made
up of block wall, 125mm slab,
rendering, aluminium doors with
louvres etc.

Bill No 5: Total Brought Forward Main Summary

16
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Item Brief Description of Works Unit of Quantity Unit Total
No Measur Price Price (Rs)
e
(Rs)
Sanitary appliances

F Supply and install the following sanitary


appliances, make Duravit or similar
approved complete with taps, stops,
angle valves, pipes pn10, pressure
fiitings, saddle, brackets etc all so that
both WC pans and Wash hand Bassin
are fully functional. Colour to Project
Manager's approval at Ground and first
floor levels.
Rate to include for supply and
installation of all necessary tap wares,
pressure pipes/fittings and
ironmongeries to Project Manager's
approval
F1 WC pan set c/w cistern, press hand No 4
wash, angle valve etc all complete with
pan adaptor and discharge 110mm dia.
Pipes to MH.
F2 Wash hand basin laid on existing No 4
vanity top (m/s) c/w taps, angle valve
and chrome plated bottle trap etc
F3 Supply and install disabled toilet No 1
complete with all handle, bottle trap,
angle valve, pipes/fittings, discharge
pipes wash hand basin with supports,
taps, 450x600 bevelled mirror, soap
dispenser, toilet paper holder, towel
bars, press hand wash all complete
and fully functional etc.
F4 Supply and fixed tower rail holder. No 2

F5 Supply and fix toilet paper holder in No 4


each toilet block
F6 Supply and fix approx. 450x600 No 4
bevelled mirror
F7 Supply and fix 75mm dia. wastes in No 7
each cubicles and toilet blocks
F8 Supply and fix new zinc 0.63mm alume m2 65
sheets similar to existing one with all
screws, flashing, Malakoff etc. Works
to include removal of existing zinc
alume sheets and cart away. Works to
also include all gutters, 110 mm dia.
PVC rain water pipes (75m) with all
bends, fittings, painting of all metal
truss surfaces prior to fix sheets.

256,000
Bill No 6: Total Carried Forward to main summary

17
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Item Brief Description of Works Unit of Quantity Unit Price Total
No Measu Price (Rs)
re (Rs)
Laminated flooring, Aluminium
Composite section and Waterproofing
Works
G New laminated flooring to existing hall,
offices and conference room Bidder to
ensure existing floor are levelled and if need
be self-levelling compound must be used.
Works shall include all scaffolding and
precaution not to damage any property.
Works to be carried out on roof for
waterproofing.
G1 Supply and fixing of heavy duty m2 285
laminated flooring in hall, offices and
conference room as directed by Project
Manager.
Works to include provision of 100mm
wooden skirting of 10 to 12mm thick
and all levelling of the existing floor
using self- levelling screed if need be.
To submit Technical specification for
approval.
H Supply and install double layer waterproofing
membranes with all screed to slope and all
corners and ends properly waterproof. Works
shall include water test for no ponding and
leakages. Contractor to submit certificates to
confirm same. Also all water tanks or any
obstruction are to be removed and re-install as
directed by the Project Manager
H1 Removal and cart away of existing m2 550
waterproofing membranes and loose
screed
H2 New screed 1:150 slope properly bond to m2 300
existing slab
H3 Waterproofing membrane with all lapping, m2 550
water test etc.
H4 Supply and fix 110 mm PVC pipes with all m 45
bends, elbows etc.
I Aluminium composite section with all
sealant, joint, metal frames 75x50mm SHS,
50x50x2.5mm SHS, welding, bolts, pop
rivet, sealant all as approved by the
Registered Engineer.
I1 Supply and fix new aluminium composite m2 185
section such as alucobond up to edges of
slab of the building with all metal
frames/sections/bolts/metal plate as support
and all fixation. This item is on a design
and built one. To submit Engineer’s
certificate that aluminium rib panel will resist
cyclonic wind speed 280KM/hr and shop
drawings.

Bill No 7: Total Carried Forward to main summary

18
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Brief Description of Works Unit of Quantity Unit Total Price
Item Measure Price (Rs)
No (Rs
J Site Works

J1 Wash existing paving block with high m2 100


pressure jet water. Allow for making
good for any uneven one.
J2 Construction of gully trap for kitchen No 1
and connected to soak away with
50mm PVC pipes about 20m long
with all bends
J3 Construction of soak away No 1
1.5x1.5x2m deep with all backfilling,
geotextile membrane, concrete kerb
all complete and as per drawings.
J4 Removal of all invasive grass by
using appropriate herbicide m2 100

J5 Supply and fixed 50x50x3mmmm


galvanised chainlink fencing with at m2 380
least 2 rows of 3mm thk straining
wires. Works to include removal of
existing damaged one and cart
away.
J6 Supply and paint tarmac of with m2 925
special and water resistant paint
suitable for outdoor game.
J7 Construct 300X300X300dp Catch No 3
pits with aggregates etc
J8 Supply and paint line marking for m 300
outdoor game such as basketball,
volleyball, tennis etc pitches with
appropriate paint as per norm.
J9 Supply and fix pressure water pipes m 60
PN16 with all fittings(25) such as
bends, tees, elbow etc
J10 Supply and fix discharge pvc pipes m 20
40mm dia, with all fittings(15) tee,
bends
J11 Supply and fix 110mm dia, PVC m 20
pipes for sewerage incl. all fittings(5)
J12 Construct new septic tank all as per No 1
drawings incl absorption pit. Works
to include removal and making good
of all damage cause to existing
property.
J13 Supply paint and painting of the m2 520
boundary wall with anti-fungus paint
on both sides. Works to include
washing with high water pressure jet
and repairs of cracks prior to paint
the wall and all scaffolding
Bill No 8 : Total Carried Forward to main summary

19
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Item Brief Description of Works Unit of Quantity Unit Total Price
No Measure Price (Rs)

(Rs)
Site works Contd.
Supply and add 33.7mm dia. m 180
J14 horizontal galvanised pipes welded
to bracing and vertical post.

J15 Existing metal gates shall be clean, m2 12


repair prior to application of
‘galvafroid’, primer, undercoat and
matt finish. To provide all locking
devices, hinges etc.
J16 Construct new manholes of internal No 6
dimension 600x600x600dp made up
of block wall, benching and
rendering with medium metal cover
600x600
J17 Repair to rusted vertical galvanised No 65
post. The r.c coping shall be shall be
removed (250mm deep) and new
galvanised pipes of length 300mm
shall be welded to the vertical post as
sleeves, once the damaged one cut
and removed. To apply : galvafroid’
on all welding part prior to cast
concrete (m/s) back.
S Supply and fix false ceiling in hall made m2 175
up of panel 400x400 or 600x600
Gypsum Board with provision of three
traps for openings for LED light panel
Works to be included of all wooden
frames, stainless steel hangers etc. to
ensure false ceiling are properly
levelled. Also to include all 100to 150
mm lipping along the internal perimeter
of the wall of the hall. The false ceiling
should include all finishes such as
skimming, jointing, etc. Works to
include removal of exiting false ceiling
and cart away.

Bill No 9 : Total Carried Forward to main summary

20
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Brief Description of Works Unit of Quantity Unit Total Price
Measure Price (Rs)
(Rs
K Electrical Works

K1 Supply, install, test and commission Unit 42


Type A Lighting as per specifications c/w
electrical wiring and switch
K2 Supply, install, test and commission Unit 25
Type B Lighting as per specifications c/w
electrical wiring and switch
K4 Supply, install, test and commission Unit
Type D as per specifications c/w 1
electrical wiring and switch
K5 Supply, install, test and commission Unit
floodlights as per specifications and 4
drawings c/w electrical wiring
K6 Supply, install, test and commission Unit 30
waterproof double sockets as per
specifications and drawings c/w
electrical wiring
K8 Supply, install, test and commission Unit 7
supply/extraction fans as per
specifications incl. of electrical wiring
(Toilet and Kitchen)
K9 Supply, install, test and commission Unit 1
ceiling type AC (inverter) 24000 btu in
hall with all switches, breaker and
wiring (10m)
K10 Supply, Install, test and commission air Unit 4
conditioning units 36 000 btu offices
with all switches, wiring (40m)
K11 Supply, Install, test and commission air Unit 4
conditioning units 18 000 btu offices
with all switches, wiring (40m)
K13 Supply, install, test and commission Fire Lot 1
alarm system c/w smoke & Heat
detectors, Manual Call points, Sounders
with beacon lights, exit light, signage
inclusive of wiring works for whole
building
K14 Supply and fix distribution box to house Lot 1
all the breakers with all labelling,
diagram
K15 Earthing System Lot 1

K16 Testing and Commissioning & as made Lot 1


drgs, Registered Electrical Engineer’s
certificates

Bill No 10 : Total Carried Forward to main summary

Main Summary
21
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Bill Bill of Quantities Amount (MUR)
No
1 Bill No 1: Preliminaries and general
2 Bill No 2: Demolition Works
3 Bill No 3: Making Good
4 Bill No 4: Aluminium openings
5 Bill No 5: Finishes
6 Bill No 6: Sanitary appliances
7 Bill No 7: Laminated flooring, Aluminium Composite section
and Waterproofing Works
8 Bill No 8: Site works
9 Bill No 10: Site works contd.
10 Bill No 11: Electrical works

Sub- Total 1
11 Contingency sum 300, 000
Total Amount Excl. VAT

Bill of Quantities Authorised By:

Name: Signature:

Position: Date:

Authorised for and on behalf of: Company

22
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Section III: Statement of Requirements
A. SCOPE OF WORKS, SPECIFICATIONS AND PERFORMANCE REQUIREMENTS
SCOPE OF WORKS

The project consists of general Upgrading Works at Pamplemousses YC.


The upgrading works will comprise of the following:
Pamplemousses Youth Centre

• Demolition works such as wall, reinforced concrete structures, existing openings


concrete coping/overhang, edges, block wall etc.
• Internal and external Painting works including all repairs of cracks, washing with high jet
pressure, filling of gaps, cracks etc. Min. 3 coat of paint on all wall surfaces as directed
by the Project Manager.
• New aluminium openings to doors, windows, top lights (impostes) with all locking
devices such as lock, handle, hinges etc. The lock shall be cramon one with two point
locking for windows and all fittings to be stainless steel. Works to include stoppers.
• Laminated flooring. Floor to be levelled with appropriate self - levelling compound as
approved by the Project Manager, prior to fix laminated flooring. Laminated flooring to
be adjusted at doors and corners. Works to include skirting well fixed.
• Closing of existing window/top lights. Works to include all demolition, making good to
edges, carting away, supply and laying of block wall, jointing, rendering and all
associated works to prevent leakages and cracks.
• Wooden Kitchen top with drawers, doors, stainless steel single bowl sink, chrome taps,
angle valves, chrome bottle trap plumbing, granites on top and wall etc.
• Aluminium composite section such as Alucobond cladding to front wall including all
steel sections for fixation. This item shall be a design and build one and shall be based
strictly on manufacturer’s specifications and fixation.
• New false ceiling with 400x400 or 600x600 fire proof panel with all hangers, boltd etc.
To make provision for 3 Nos traps and LED lighting 600x600 as per Electrical Engineer
design.
• Construction of manholes, gully trap, soak away, absorption pits and septic tank all as
per drawings.
• New chain link fencing with straining wires.
• Repair to damaged vertical pipes by cutting and adding new pipes of 300mm length
welded to vertical pipes.
• Construction of soak way, manholes, catch pits etc.
• Line marking for parking, for volleyball, hand ball, football, basket ball as per the norm.
• Painting of tarmac with paint suitable for outdoor game. Paint to be either acrylic or any
equivalent. To submit technical specification for approval.

Name of bidder Signature/


Seal

23
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
SPECIFICATIONS
EXCAVATION

Inspection of Site

The Contractor is deemed to have visited the Site and to have ascertained the nature of the material to
be excavated.

Dealing with water

The Contractor’s attention is drawn to the depths below ground level of the foundations and the
consequent possibility of having to deal with water. Unless otherwise specified the Contractor will be
required by pumping or other means to keep the excavations dry during construction.

Shoring of existing structure

The Contractor’s attention is drawn to the requirements for shoring parts of the structure of the existing
building during construction and the consequent need to carry out the excavation in stages. He is not
allowed to excavate within the proximity of the existing structure without the drawings and/or
instructions by the Engineer to do so.

Excavation Dimensions

The excavations are to be executed to the widths and depths shown on the Drawings or to greater
depths if instructed by the Engineer to obtain satisfactory foundations.

If the contractor excavates to any widths or depths greater than those shown on the Drawings, or as
instructed by the Engineer he shall at his own expense fill in such widths or depths beyond that
instructed or shown with concrete Grade “D” to the satisfaction of the Engineer.

Rock

“Rock” means any hard material, which in the opinion of the Engineer can be removed only by use of
compressors or by wedging and the Engineer’s opinion shall be final. Decomposed rock, tuff or other
material which can be removed by pick, traxcavator or other mechanical plant will not be classed as
rock. All material classified as rock may, if approved by the Engineer, be used as hardcore filling and
the measured quantities of imported filling will be adjusted accordingly. All rock so used must be
broken to the required size as hereafter described before being used.

Blasting

No blasting will be permitted.

Bottom of excavations to receive foundations

The Contractor shall report to the engineer when secure bottoms to the excavations have been
obtained. Any concrete or other work executed before the excavations have been inspected and
approved, shall if so directed, be removed and now work substituted after the excavations have been
approved, all at the Contractor’s expense. The surface of the bottoms to excavations shall be levelled
or graded to falls as required, with 50mm layer of concrete Grade “D” blinding (maximum 20mm gauge
aggregate) and finished to a smooth surface with a wood float.

24
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Hardcore filling

Hardcore for filling under float, etc, shall be good hard stone ballast to the approval of the Engineer,
broken to pass not greater than a 150mm ring or to be 75% of the finished thickness of the layers
being compacted whichever is the lesser and graded so that it can be easily and thoroughly
compacted by rolling.
The filling is to be laid in layers each of a consolidated thickness not exceeding 225mm and well
watered and rolled with a vibrating roller (minimum 14 tons) or a ten ton roller. Where rolling is
impossible, compaction shall be by hand or mechanical tampers. The top surface of the hardcore
shall be levelled or graded to falls as required and blinded with similar material broken to 25mm gauge
and surfaced with a 25mm layer of stone dust, well watered and rolled to receive concrete as
described.

Materials found in excavations

No material found in the excavation is to be used in the works without the written permission of the
Engineer.

CONCRETE WORK

Architect/Engineer

For the purpose of the concrete structure the Structural Engineer shall be deemed invested with the
duties and be the representative of the Architect.

Code of Practice

All workmanship, materials, tests and performance in connection with the reinforced concrete work
shall be in conformity with the latest edition of the British Standard Code of Practice (C.P. 110 “The
Structural use of Concrete”) where not inconsistent with these Preambles.

Supervision

A competent person approved by the Engineer shall be employed by the Contractor, whose duty will
be to supervise all excavation operations, making and erection of formwork, bending and fixing of
reinforcement and all stages in the preparation and placing of the concrete. All cubes shall be made
and site test carried out under his direct supervision, in consultation with the Engineer.

Contractor’s plant equipment and construction procedures

Not less than 30 days prior to the installation of the contractor’s plant and equipment for processing,
handling, transporting, storing and proportioning ingredients and for mixing, transporting and placing of
concrete, the contractor shall submit drawings for approval by the Engineer, showing the proposed
general plant arrangement, together with a general description of the equipment he proposes to use.

After completion of the installations, the operation of the plant and equipment shall be subject to the
approval of the Engineer.

Where these Preambles, the Bills of Quantities or the Drawings require specific procedures to the
followed, such requirements are not to be construed as prohibiting the use by the Contractor of
alternative procedures if it can be demonstrated to the satisfaction of Engineer, that equal results will
be obtained by the use of such alternatives.

Approval of plant and equipment or their operation, or of any construction procedure, shall not operate
to waive or modify any provisions or requirements contained in these preambles governing the quality
of the materials or of the finished work.

25
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Levels and Foundations

The foundations of the works shall be carried down to depths as may be directed by the Engineer and
they must be cut as nearly to the size of the concrete as possible and the vacant spaces between the
concrete and the solid ground, excepting where otherwise shown, must be carefully filled in as
instructed by the Engineer.

All temporary timbering shall be removed but should any timber be left in or should any other work be
done beyond that specified, it will be at the Contractor’s own cost.
Tolerances

On all setting out dimensions of 7.5m and over a maximum non-cumulative tolerance of plus or 6mm
will be allowed, and for those under 6m the allowable maximum non-cumulative tolerance will be plus
or minus 3mm. On the cross sectional dimensions of structural members, unless otherwise required
by the Drawings, a maximum tolerance of plus or minus 3mm will be permitted.

The top surface of concrete floor slabs and beams shall be within 6mm of the normal level and line
shown on the Drawings. Walls and columns shall be truly plumb and non-cumulative tolerance of
3mm in each storey and not more than 12mm out of plumb in their full height will be permitted. The
contractor shall be responsible for the cost of all corrective measures required by the Engineer to
rectify work which is not constructed within the tolerances set out above.

Materials generally

All materials which have been damaged, contaminated or have deteriorated or do not comply in any
way with the requirements of these Preambles shall be rejected and shall be removed immediately
from the site at the Contractor’s own expense.

No materials shall be stored or stacked on suspended floors without the Engineer’s prior approval.

Samples and Testing

Every facility shall be provided to enable the Engineer to obtain samples and carry out tests on the
materials and construction. If these tests show that any of the materials or construction does not
comply with the requirements of these Preambles, the Contractor will be responsible for the costs of
the tests and the replacement of defective materials and/or construction.

Cement

Cement unless otherwise specified shall be Portland Cement of a Brand approved by the Engineer
and shall comply with the requirements of B.S. 12, and a manufacturer’s certificate of Test in
accordance with B.S. 12 shall be supplied for each consignment delivered to the site.
Cement may be delivered to the site either in bags or in bulk.

If delivered in bags each bag shall be properly sealed and marked with the manufacturer’s name and
shall be stored in a weatherproof shed of adequate dimensions with a raised floor. Each consignment
shall be kept separate and marked so that it may be used in the sequence in which it is received. Any
bag found to contain cement which has set or partly set, shall be completely discarded and not used in
the works. Bags shall not be stacked more than 1.5m in height.

If delivered in bulk the cement shall be stored in a waterproof silo either provided by the cement
supplier or by the Contractor but in either case the silo shall be to the approval of the Engineer.

Aggregates:

Aggregates shall conform with the requirements of B.S. 882 and the sources and types of all
aggregates are to be approved in all respects by the Engineer before work commences.

The grading of aggregates shall be one within the limits set out in B.S. 882 and as later specified and
the grading, once approved, shall be adhered to throughout the works and not varied without the 26
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
approval of the Engineer. Fine aggregate shall be clean, crushed rock sand and coral sand, of hard
quality and shall be free from lumps of stone, earth, loam, dust, salt, organic matter and any other
deleterious substances. Coral sand shall be washed in running water to the satisfaction of the
Engineer. It shall be graded within the limits of zone 1 or 2 of Table 2 of B.S 882.

Coarse aggregate for concrete Grade ‘A’, ‘B’ and ‘C’ shall be crushed blue basalt stones to the
approval of the Engineer. It shall be hard, clean and roughly cubical in shape, non-porous, free from
dust, decomposed stone, clay, earthy matter, foreign substances or friable, thin, elongated or
laminated pieces. It shall be graded within the limits of Table 1 of B.S. 882 for its respective nominal
size. If in the opinion of the Engineer the aggregate meets with the above requirements but is dirty or
adulterated in any manner it shall be screened and/or washed with clean water, if he so instructs at the
Contractor’s expense.

Aggregates shall be delivered to the site in their prescribed sizes or gradings and shall be stock-piled
separately on paved areas or boarded platforms in separate units to avoid intermixing, excessive
segregation and contamination with other materials. On no account shall aggregates be stock-piled
on the ground. Fine aggregates shall be allowed to drain until it has reached uniform moisture content
before it is used.

Water

The water used for mixing concrete shall be from an approved source, clean, fresh and free from
harmful matter.

Admixtures

No admixtures except the ones specified for waterproof concrete shall be allowed. The Contractor
may use an approved “plasticiser” which will be added to the mixing water in the proportion
recommended by the manufacturer and strictly in accordance with their written instructions, to achieve
better workability. No additional cost will be paid for the use of the plasticiser.

CONCRETE STRENGTHS

Grades of Concrete:

Grades ‘A’, ‘B’ and ‘C’ concrete shall have the following minimum strengths as given by Works Cube
Tests:

Grade A Grade B Grade C

Min. crushing) at 7 days 21 17 14


strength in ) at 28 days 30 25 20
N/mm2 )

Grade ‘D’ and ‘E’ concrete shall be of the following nominal mixes and may be measured either by
volume or by weight. No cube tests will be required for Grades ‘D’ and ‘E’ concrete. These grades will
be used for unreinforced concrete, with a maximum slump of 50mm.

Grade D E

Nominal mix by 1.10 1.10 (with plums not exceeding 20% by total volume of
concrete)

Max. gauge of
coarse aggregate 40mm* 40mm*
(* or 20mm for blinding concrete where described).
27
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Measuring of Concrete Materials

Cement

The quantity of cement shall be measured by weight. Where delivered in bags, each batch of
concrete is to use one or more whole bags of cement.

Aggregate

(i) For Grades ‘A’, ‘B’ and ‘C’ concrete, aggregates may be measured by weight in weigh
batching machine as described hereafter.
(ii) For Grades ‘D’ and ‘E’ concrete, aggregates shall be measured by weight or by volume.
Where measured by volume, approved gauge boxes of such a size as will give the correct
proportions shall be used.

Weigh batching machine

Weigh batching machine shall be of an approved type and shall be properly maintained and checked
for accuracy at weekly intervals.

Concrete Mixes ‘A’, ‘B’ and ‘C’

As specified above.

The Contractor shall have two alternatives to achieve the specified concrete strengths.

Alternative 1 Design Mix

Contractor can use minimum amount of cement by weight per cubic metre of finished concrete as set
out below, if he provides strict with CP 110 Clause 6.5. requirements for design mixes.

6.5.1 Target mean strength.

6.5.2 Evidence of suitability of proper mix proportions.

6.5.3 Trial mixes.

6.5.4 Additional Trial Mixes

The copies of this clause is available from the Engineer‘s office on request by the contractor.

The minimum cement content by weight shall be

Minimum cement content


Per cubic metre of
finished concrete 450 kg 360 kg 250 kg

Alternative 2

If the contractor fails to achieve the requirements of alternative 1 and/or prefers nominal volumetric
mix, he shall use the following:
Mix A Mix B Mix C

1:13/16:2 1:1 ¾:3 1:2 ½:4

Cement 1 bag of 50 kg 1 bag of 50 kg 1 bag of 50 kg

Crushed rock sand 1 cu. ft 1¼ cu.ft 1 7/8 cu.ft

Coral sand 10mm to 5mm ½ cu. ft 7/8 cu.ft 11/4 cu.ft


28
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Graded aggregates 5/8 cu.ft 7/8 cu.ft 1¼ cu. ft
20mm to 10mm

Graded aggregates 1 7/8 cu. ft. 3 cu. ft 3 ¾ cu ft

Maximum water
Cement ratio .45 .50 .60
Maximum slump 50mm 50mm 50mm

Average works cube strength obtained from Work Cube Tests of nominal volumetric mixes shall be
10% higher than the minimum concrete strengths specified.

Ready Mix Concrete

Ready mixed concrete may be used subjects to the approval of the Engineer.

When it is used the contractor shall ensure that all the requirements of these specifications are
complied with. The Engineer may at his discretion waive temporarily the requirements of preliminary
trial mixes as required under the heading of trial mixes laid down for alternatives design mix.

Further to above requirements the contractor shall ensure that supply and delivery of ready mixed
concrete comply with the recommendations of M.S. 1926.

The concrete shall be transported to the site in approved containers and shall be continuously agitated
until it is delivered on site. The Contractor shall ensure that no water is added after it is delivered.

For plant mixed concrete the contractor shall check that the delivery note for each batch shows the
time when water is first added to the concrete materials, and the time interval between the delivery
and the mixing of water is 20 minutes less than the final setting time of cement.

Samples of works cube shall be taken at the place where concrete is finally placed in the structural
members.

Waterproof Concrete

Where “waterproof concrete” is specified, sealocrete or other approved waterproofing material and
plasticising agent shall be added to the mixing water in the proportion recommended by the
manufacturers and strictly in accordance their written instructions. Waterproof concrete shall be grade
B mix and shall meet all the strength requirements of the specified grade, except that the fine
aggregate shall consist solely of rock sand.

Changing proportion of Aggregates

The Engineer may any time during the contract, require the proportions of fine to coarse aggregates to
be altered in order to produce a mix of greater strength or improved workability and provided that the
total proportions of aggregate to cement remains unchanged, no claim for additional cost will be
considered.

Testing Equipment

The Contractor shall provide the following equipment for carrying out control tests on the site:

a) Straight edges 3m and 1.2m long for testing the accuracy of the finished concrete;
b) A graduated glass cylinder for use in the silt test for organic impurities in the sand;
c) Slump test apparatus;
d) Six inches steel cube moulds with base plates and tamping rods to B.S. 1881.

29
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Work Cube Tests

Work cubes are to be made at intervals as required by the Engineer and the Contractor shall provide a
continuous record of the concrete work. The cubes shall be made in approved 150mm moulds in strict
accordance with the Code of Practice.

Six cubes shall be made on each occasion, three from different batches, of the concrete at the place
where it is deposited.

Each cube shall be marked with a distinguishing number (numbers to run consecutively) and the date
on which it is made. A record shall be kept on site giving the following particulars:

(a) Cube No.


(b) Date Made
(c) Location in Work
(d) 7-day Test

Date

Strength

(e) 28-day Test

Date

Strength

Cubes shall be forwarded by the Contractor to an approved Testing Authority, in time to be tested two
at 7 days and two at 28 days. The remaining two cubes shall be tested when necessary.

Copies of all work cube Test results shall be forwarded to the Engineer and one shall be retained on
the site.

If the prescribed concrete strengths are not attained and maintained throughout the carrying out of the
contract, the Contractor will be required to increase the proportion of cement and/or substitute better
aggregates so as to give concrete which does comply with the requirements of the contract. The
Contractor may be required to remove and replace at his own cost any concrete which fails to attain
the required strength as ascertained by Work Cube Tests.

The Contractor must allow in his rates for all expenses in connection with the preparation, conveyance
to the Testing Laboratory, and testing of cubes.

MIXING and PLACING CONCRETE

Concrete Mixer:

The concrete shall be mixed only in approved power driven mixers of a type and capacity suitable for
the work. Mixers shall be of a capacity sufficient to take one whole bag of cement per batch. Smaller
size mixers shall not be used. The mixer shall be equipped with an accurate water measuring device
which shall be checked weekly for accuracy. All materials shall be thoroughly mixed dry before the
water is added and the mixing of each batch shall continue for a period of not less than two minutes
after the water has been added and until there is a uniform distribution of the materials and the mass
is uniform in colour.

The entire contents of the mixed drum shall be discharged before recharging. The volume of mixed
materials shall not exceed the rated capacity of the mixer. Whenever the mixer is started, 10% extra
cement shall be added to the first batch and no extra payment will be made on this account.

30
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Consistency:

As a check on concrete consistency slump tests may be carried out and shall be in accordance with
B.S 1881. The Contractor shall provide the necessary apparatus and allow for the costs of such tests.
The slump of the concrete made with the specified water content, using dry materials, shall be
determined and the water to be added under wet conditions shall be so reduced as to give
approximately the same slump.

Conveying:

The concrete shall be mixed as near to the place where it is required as is practicable to avoid
rehandling and flowing, and only as much as is required for a specified section of the work shall be
mixed at one time, such section being concerned and finished is one operation without delay. All
concrete must be efficiently skilled and used in the works within twenty (20) minutes of mixing. It shall
be discharged from the mixer direct either into receptacles or barrows and shall be distributed by
approved means which do not cause segregation or loss of ingredients or otherwise repair the quality
of the concrete. Approved mechanical means of handling will be provided they are not longer than 6m
and their slope do not exceed 1 vertical to 2 horizontal is not less than 1 vertical to 3 horizontal.

Depositing

Placing of concrete in supported elements e.g slab, bed shall not be started until the concrete
previously placed in top parts of columns is no longer plastic and has been in place at least for two
hours.

Concrete shall be placed from a height not exceeding 1.3m directly into its permanent position and
shall not be worked along the shutters to that position. Unless otherwise approved, concrete shall be
placed in a single operation to the full thickness of slabs with beams and similar members. The
Engineer shall allow concrete to be placed for walls exceeding 150mm thickness from a height
approved system of formwork is used.

In addition, contractor will ensure that the concrete shall be deposited continuously such that no
concrete shall be deposited on concrete which had hardened sufficiently to cause the formation of
seams or places of weakness within the section. Placing shall be carried out at such a rate that the
concrete which is being integrated with fresh concrete is still plastic.

Concrete in columns may be placed in a height of 3m with careful placing and vibration to achieve
satisfactory results. Where the height of the column exceeds 3m suitable openings must be left in the
shutters on that this maximum lift is not exceeded.

Concrete shall be placed continuously until completion of the part of the work between construction
joints as specified hereinafter or of a part of approved extent. At the completion of a specified or
approved part a construction joint of the form and in the positions hereinafter specified shall be made.
A record of all such joints must be made by the contractor and a copy supplied to the Engineer.

CURING and PROTECTION

Periods and means of curing and protection:

Care must be taken that no concrete is allowed to become prematurely dry and the fresh concrete
must be carefully protected within two hours of placing from rain, sun and wind by means of massive
sacking, polythone sheeting, or other approved means. The protective layer and the concrete itself
must be kept continuously wet for at least seven days after the concrete has been placed. The
Contractor must allow for the complete covering of all fresh concrete for a period of 7 days. Heasian
or polythene sheeting shall be in the maximum widths obtainable and shall be secured against wind.
The Contractor will not be permitted to use old cement bags, hessian or other material in small piece.

31
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Protection of foundation concrete

Concrete in foundations and other underground work shall be protected from admixture with falling
earth curing and after placing.

Executive loads before curing

Traffic or loading shall not be allowed on the concrete except with the written permission of the
engineer.

FAULTY CONCRETE

Any concrete which fails to comply with these preambles or which shows signs of setting before it is
placed shall be taken out and removed from the site. Where concrete is found to be defective after it
was set, the concrete shall be out and replaced in accordance with the Engineer’s instructions. On no
account shall any faulty, honey combed, or otherwise defective concrete be repaired or matched until
the Engineer has made an inspection and issued instructions for the repair. The whole of the cost
whatsoever, which may be occasioned by the need to remove faulty concrete shall be borne by the
contractor.

REINFORCEMENTS

Type of Reinforcement:

The steel reinforcement shall comply with the latest requirement of the following British Standards:

Round mild, medium tonsile and to B.S 765 (Imperial units) high tonsile and steel bars.

Hot rolled bars for the reinforcement to B.S 1449 (metric units)
of concrete

Cold twisted steel bars to B.S 1144 (imported units)

Cold worked steel for the reinforcement to B.S 4461 (metric units)
of concrete

Fabric reinforcement to B.S 1221

It shall be in Imperial or Metric sizes as detailed on the drawings.

Testing of Reinforcement

If required by the Engineer the contractor shall submit a test certificate of the rollings, and/or shall
arrange for testing by MOW or other approved authority. Reinforcement shall be free from loose mill
scale or rust, grease, paint or other substance likely to reduce the bond between the steel and
concrete.

Fixing and Reinforcement:

Reinforcement shall be accurately bent to the shapes and dimensions shown on the Drawings and/or
schedule and in accordance with B.S. 1478. Reinforcement must be cut and bent sold and no welded
joints will be permitted unless so detailed. Reinforcement shall be accurately placed in position as
shown on the drawings and shall be secured against displacement by using No. 18 S.W.C annealed
binding wire or suitable clips at inter-sections and laps, and shall be supported by concrete or metal
supports, steel chairs, spacers or metal hangers to ensure the correct position and cover before
concreting and shall be kept in the same position during concreting. However, such supports, chairs
etc. shall have minimum 12mm cover made of concrete blocks where the concrete surface is exposed
to weather and/or without finishes.

No laps shall be permitted except the places shown on the drawings without the prior approval of the
engineer.
32
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Spacing Blocks:

Spacing blocks of approved size and shape made of concrete similar to that used in the surrounding
construction and fixed to the reinforcement or formwork by No. 18 S.W.C wires set into the spacer
blocks or toher approved means shall be provided where necessary to ensure that the requisite cover
is obtained. The contractor is to include for providing sufficient such spacer blocks in his prices for
steel reinforcement when such supplier has been nominated.

Where composite blocks or minor forms from construction are just spare block are to be provided.
These will generally consist of concrete blocks as described above made to fit the width of the rib less
3 mm of reinforcement bars used per on the top surface with wire ties at each

Concrete cover to reinforcement:

Unless otherwise instructed the concrete cover to rod reinforcement over main bars in any face shall
be:

Foundations against each face 3 (75mm)

Foundations against blinding 2 (50mm)

Columns 1½ (38mm)

Beams 1 (25mm)

Slabs ½ (13mm)

Positions and correctness of reinforcement:

No concreting shall be commenced until the engineer has inspected the reinforcement in position and
until he has approved the same. The contractor shall give two clear days notice of his intention to
concrete.

Irrespective of whether any inspection and/or approval of the fixing of the reinforcement has been
carried out as above, it shall be the contractor’s sole responsibility to ensure that the reinforcement
complies with the details on the drawings or schedule and is fixed exactly in the positions shown
therein and, in the positions, to give the prescribed cover.

The contractor will be held entirely responsible for any failing or defect in any portion of the reinforced
concrete structure and including any consequent claims, third party claims, etc, where it is shown that
the reinforcement has been incorrectly positioned or is incorrect in size or quantity with respect to the
detailed Drawings or schedules. Unless permitted by the Engineer, reinforcement shall not be after
being embedded in hardened concrete.

Protection of exposed reinforcement

Where reinforcement projects frame concrete setting of the structure and this reinforcement is
executed to remain exposed to more than a month it is to be with a cement to prevent rust staining on
the finished concrete. This is to be brushed off the reinforcement prior to the continuation to
converting.

The Contractor shall be responsible for the co-ordination with the Electrical and other sub-contractors
for incorporating electrical conduit, pipes, fixing locks, chases, holes and the like in concrete members
as required and must ensure that adequate notice is given to sub-contractors informing them when
concrete members incorporating the above are to be poured. The contractor shall submit full details
including position of these items to the Engineer for approval before the work is put in hand. All fixing
blocks, chases, holes, etc, to be left in the concrete shall be accurately set out and cast with the
concrete.

33
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
FORMWORK

Materials and Design

Formwork shall be constructed of timber or steel or precast concrete or other approved material with
sufficient strength to withstand pressure resulting from placing and vibration of the concrete and with
rigidity to achieve the specified tolerances.

The design and Engineering of the formwork as well as its construction shall be the responsibility of
the contractor. The Formwork shall be designed for the loads, lateral pressure, pressure due to
cyclonic winds and other loads likely to be encountered on site.

Shops drawings for formwork including the location and reshoring shall be submitted for approval by
the Engineer before erection.

Construction

All formwork shall have joints close enough to prevent leakage of liquid from the concrete and
formwork shall be jacked or dedged and clamped or bolted to permit adjustments before concreting
and to permit easing and removal of formwork without jarring the concrete. Formwork shall be
securely braced and strutted against lateral deflections and vertical movements. Where formwork is
supported on previously constructed portions of the reinforced concrete structural frame, the
Contractor shall by consultation with the Engineer ensure that the supporting concrete structure is
capable of carrying the load and/or is sufficiently propped from lower floors or portions of the frame to
permit the load to be temporarily carried during construction.

Formwork shall be cambered to compensate for anticipated deflections prior to hardening of the
concrete.

Preparation for Concreting

The Contractor’s attention is drawn to the various surfaces textures and applied finishes required and
the faces of the formwork next to the concrete must be of such material and construction and be
sufficiently true to provide a concrete surface which will in each particular case permit the specified
surface treatment or applied finish.

At construction points contact surface of the form squeating for flush surfaces shall overlap 300mm
and shall held right against the hardened concrete to prevent effects or loss of mortar.

Methods of fixing and positioning of the formwork which results in holes through the concrete and/or
left in metal ties or similar in the concrete shall require Engineer’s approval.

All surfaces which will be in contact with concrete shall be piled or greased to prevent adhesion of
mortar. Oil or grease shall be of a non-staining mineral type applied as a thin film before the
reinforcement is placed. Surplus moisture shall be removed from the forms prior to placing of the
concrete.

Temporary openings shall be provided at the base of columns, wall and seam forms and at any other
points where necessary to facilitate cleaning, and inspection immediately before the pouring of
concrete. Before the concrete is placed the shuttering shall be trued-up, and the interior of the form
shall be completely cleared of all extraneous materials including accumulated water.

The reinforcement shall then be inspected for accuracy of fixing, immediately before placing the
concrete the formwork shall be well wetted and inspection openings shall be closed.

34
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Defective Formwork:

Defective formwork shall be removed or strengthened and improved by the contractor according to the
instructions by the Engineer.

Formwork to Construction Joints etc.

Formwork forming the construction joints and expansion joint shall be rigid, tight to avoid loss of mortar
and true in square.

Formwork shall be inspected and passed by the Engineer before placing reinforcement and
concreting.

Stripping Formwork:

Formwork shall be removed without undue vibration or shock and without damage to the concrete. No
formwork shall be removed without the prior consent of the Engineer and the minimum periods that
shall elapse between the placing of the concrete and the striking of the formwork will be as follows:

Beam side walls and columns (unloaded) 2 days

Slab soffits (with props designed to left under) 7 days

Beam soffits (with props designed to left under) 10 days

Subject to work cubes achieving the specified strengths and the loads due to construction on them
being lighter than the designed loads. The props can be removed for:

Slab …….. ……… ……….. 10 days

Beams ……… ……….. 21 days

If the Contractor wishes to take advantage of the shorter stripping times as permitted above for beam
and slab soffits when propos are left in place, he must so design his formwork that sufficient props as
agreed with the Engineer can remain in their original position without being moved in any way until
expiry of the minimum time for removal of props. Stripping and re-propping will not be permitted.

Contractor shall be responsible for consequent damage arising from early stripping of formwork.

Making good:

After removal of formwork all projections, etc, on the concrete surface shall be chipped off, and made
good to the requirements of the Engineer. Any voids or honeycombing shall be treated as described
in “faulty concrete”.

Fair-face etc.

Where fair-face is specified the contractor shall make a sample of area formed by sides not less than
1.2m for approval by the Engineer and the Architect. Same will apply to Board Marked. Tamped and
finishes.

Related Uniformed Surfaces

Top of walls or buttresses, horizontal offsets and similar unformed surfaces occurring immediately
adjacent to formed surfaced shall be struck smooth after the concrete is placed and shall be floated to
a texture reasonably insistent with that of the formed surfaces.

35
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
CONCRETE BLOCKLAYER

Concrete blocks Concrete blocks for walling shall comply with B.S 2028
Type A (for load bearing walls) and of compressive
strength not less than:

Average of 12 blocks …….. 500 lbs/sq. in. Gross area

Lowest individual block ….375 lbs/sq. in. Gross area

Blocks for non load-bearing walls are to be class B blocks.

Blocks shall be hollow two-hole type and shall be cured for


not less than 28 days before they are used in the works. The Contractor
shall supply a certificate from the supplier for each consignment of block
received to the effect that the blocks meet the requirements and
strength of the latest relevant B.S. Any block for which a
certificate cannot be produced will be condemned and must be removed

from site. All blocks supplied shall be of the same height and blocks of
dissimilar dimensions will not be accepted. Half length blocks and
specials shall also be provided as specified or required to break bond.

Mortar Mortar to be used for all Type A blockwall shall be composed of 1 part
of cement to 3 parts of sand. Mortar for Type B blockwork shall be
composed of one part of Portland cement, one part lime,
and five parts of sand. All mortar shall be measured in specially
prepared gauge boxes and thoroughly mixed dry or clean and water tight
mixing platforms, with water added from a fine rose until all parts are
completely incorporated and brought to a proper consistency.

All mortar must be used within thirty minutes of mixing.


No partially or wholly set mortar will be allowed to be used or re-mixed.

Setting and jointing All blocks shall be lightly wetted immediately before being
bedded and jointed to minimise absorption of water from
the mortar.

Blocks are to be well buttered with mortar as previously


specified. The blocks shall be laid fair-faces on the outside
face, in stretcher bond with

10mm. thick, full, flushed up and grouted solid joints. The joints shall not
vary by more than 3mm and four consecutive joints shall not exceed

38mm and four consecutive joints shall not exceed 38mm.


Joints shall be raked out where surfaces of walling are to be plastered.

Laying of blocks All walls throughout the work shall be carried up evenly in courses, no
part being allowed to be carried up more than 900 mm.
higher at one time than any other part and in such cases the joining shall
be made in long steps so as to prevent cracks arising and all walls shall
be levelled around at each floor.

All put-log holes shall be carefully, properly and completely filled up on


completion of walling work.

36
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
All walling shall be properly protected while mortar is setting.

Walls shall be kept thoroughly wet for at least three days or


for such longer period of time as the Architect may direct. Walls
exposed to the sun shall be protected with a sacking which shall be kept
wet.

Fair Face Blocks Where walling is to be finished fairfaced, the blocks are to
be selected free from defects. Joints shall be raked out as
works proceed and pointed with a neat flush joint.

The work shall be carried out regularly with all horizontal


joints truly horizontal and no part shall be more than 900mm above
adjacent work during construction.

Sample Panel The Contractor shall include in his tender for erecting a
sample panel on site of 200mm blockwork, not less than 1 square metre
in area and built off a suitable concrete foundation. The sample, when
approved, to form the standard for all concrete blockwork in the contract.

The sample area and concrete foundation to be removed when ordered


and the surface of the ground made good.

Horizontal and vertical joints shall be 10mm finished thickness, and


raked out 12mm deep where face of wall is to be rendered and in other
cases to be left finished flush or as otherwise instructed. The joint
grooves between blocks shall be completely filled with cement, lime
mortar. No portion of the wall during construction to be more than
900mm above adjoining work. All work to be executed truly level,
perpendicular and properly bonded together without continuous upright
joints.

Cement, sand and lime Cement and aggregates for this trade except where separately specified
for precast concrete blocks shall be as specified for
“Concretor” and lime shall be dry hydrated lime to B.S 890 Class B.

Air bricks Form and leave neat holes in walls and supply and build in
approved louvred pattern concrete air bricks where shown.
The opening shall be rendered on all sides, the bottom
sloped towards external face.

Bedding and pointing Bedding and pointing of timber door and window frames
shall be in cement mortar. Where frames are in metal they shall be
bedded and pointed in mastic. Lugs or ties shall be built
into walls as described.

Fixing blocks and Provide and build into walls all necessary fixing blocks and and leaving
holes leave out or cut away as necessary holes for pipes, conduits
and the like and make good after fixing by other trades and specialists.

Build in lugs Form or leave mortices in walls for, and build in lugs and and the like
all necessary fixing for metal windows and doors, door
frames and lining, sanitary fittings, rainwater pipes, clips
and bearer of various types.

37
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
When building up the walls, the openings shall be made about 200mm
wider than the external dimensions of the door’s frames, and when the
latter are placed, complete with lugs, the walling completed in concrete
mix type C.

Damp-proof course Where indicated on drawings provide 2-ply felt damp-proof


course. Felt to be of a manufacture approved by the Architect and to be
laid on a 25mm thick bed of cement mortar (1:3 mix) on walls.

The damp-proof courses to stand the full thickness of walls,


partitions and beams in one width and to be overlapped 6” at all
jointings and corners.

Measurements The Contractor must allow in his prices for block walling
for plumbing

angles, all straight and raking cuttings, cutting under soffits, waste, split
courses necessary for bond, bonding at angles, intersections and
junctions of walling of different thicknesses, cutting and fitting to
columns, cutting and pinning to beam, cutting and fitting around end of
cills and lintels, cutting and pinning ends of structural timber.

The rates of blockwork must also include for fixing all


door, window and like openings, forming reveals to same and for cutting
and waste to walling in short lengths to mullions and jamb of openings.

The rates of blockwork must also include for hoisting and


building off beams and slab at any level, all necessary scaffolding and
for work built overhead.

38
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
1. MATERIALS

1.1. Aluminium

All materials shall be manufactured of extruded sections of aluminium alloy 6063 (T5) to BS EN 755-9
and shall comply with the requirements of BS 8118. All aluminium sections shall present clear straight
and sharply defined lines, which shall be free from defects and imperfections that may impair their
strength.

All screws, bolts and other necessary accessories shall be of aluminium or stainless steel or other
non-corrodible material and shall match in colour and consistency of the finish of the anodization or
the polyester powder coating or duranar coating as applicable.

1.2. Glass and Glazing

Windows shall be glazed in accordance with the recommendations given in BS 6262.


Attention is drawn to the glazing safety recommendations of BS 6262-4. Glass to be used is to comply
to the requirements of BS 952 with minimum thickness of 6mm, unless stated otherwise. All glass
should bear manufacturer’s labels, indicating quality and thickness.

1.3. Approval

The Engineer’s approval at the source of supply may be required prior to procurement. Such approval
shall not prevent subsequent disapproval or rejection of materials by the Engineer if the quality is less
than required by the Contract.

1.4. Steel

To comply with equivalent.

1.5. Weatherstripping

Mohair pile schlegel inserted into keyed grooves.

1.6. Glazing Tape

Vulcanized butyl tape with continuous neoprene spacer. Black colour 440 by Tremco Manufacturing
Co., or approved equal.

1.7. Accessories

Shims, spacers, expansion bolts and screws, non-ferrous, clips, angles and fastening devices,
galvanized steel, stainless steel.

2. DESIGN, MANUFACTURE, ERECTION & ADJUSTMENTS

The Contractor shall be responsible for the correctness and accuracy of the dimensions of the finished
articles. All items shall be installed plumb, straight, square, level and in proper elevation, plane
location and alignment with other work. All work shall be designed for

(1) Adjusting to field variations, fitting with proper joints and intersections, adequately anchoring in
place, strictly in accordance with best practice.
(2) Allowing full expansion and contraction of window framing members without causing stress
within the window assembly as a result of such expansion and contraction.
(3) Tolerating structural deflection and distortion of structure, under design criteria conditions,
without imposing load on window assembly.

39
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
He shall carefully check the dimensions indicated on the Drawing, verify any changes, and ascertain
the sizes at Site which will enable him to prepare Final Working Drawings for fabrication and erection
purposes. Such Drawings shall be submitted to the Engineer for his verification and approval.

Fabrication orders can only be placed after the contractor has obtained in writing the approval of the
Engineer on the above Drawings.

Where aluminium surfaces come in contact with metals other than stainless steel, zinc, white bronze
or small areas of other metals compatible with aluminium surfaces, they shall be kept from direct
contact with such parts by providing one of the following systems to protect surfaces, in contact with
dissimilar metals:
(i) Paint the dissimilar metal with one coat of heavy-bodied bituminous paint.
(ii) Apply a good quality elastomeric sealant between the aluminium and the dissimilar metal.
(iii) Paint the dissimilar metal with one coat of primer and one coat of aluminium paint
(iv) Use a no absorptive tape or gasket in permanently dry locations.

Moreover, steel anchors and connecting members shall be hot dip galvanized or zinc plated after
fabrication.

Aluminium surfaces in contact with lime mortar, concrete, plaster or other masonry materials, shall be
painted with alkaline- resistant coatings such as heavy-bodied bituminous paint or water- white
methacrylate lacquer.

Aluminium in contact with wood or absorptive materials which may become repeatedly wet shall be
painted with two coats of aluminium metal and masonry paint or a coat of heavy-bodied bituminous
paint. Alternatively paint the wood or other absorptive material with two coats of aluminium house paint
and seal joints with a good quality of caulking compound.

Where aluminium is in contact with treated wood, wood shall be treated with pentachlorophenol, 5%
minimum concentration or approved equal, followed with the protective measures described for
aluminium in contact with wood or other absorptive materials.

The aluminium work shall be designed and anchored so that the work will not be distorted nor the
fasteners overstressed from the expansion and contraction of the metal.

The Contractor shall be responsible for the protection of all aluminium work until the completion of the
works, and only units in perfect working order and in perfect condition shall be accepted.

Upon completion, the Contractor shall clean all aluminium work as required by removing protective
tape or other coating, using mild soap or detergents and clear petroleum spirits.

Acids, caustics and abrasives shall not be used. Where cleaners are used to remove excess sealing
compounds care shall be exercised to prevent damage to seals or staining or damage to adjacent
work.

Upon completion of the project and just prior to the handing over of the building to the owner or at a
time as directed inspect, test and adjust installation as follows:
(1) Inspect all units for damage and correct same immediately.
(2) Test and adjust all hardware and replace all faulty items.
(3) Adjust all weatherstripping so as to leave each opening unit in its most weathertight position.
(4) Test all operable elements and ensure easy and smooth operation.

40
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
3. SUBMITTALS

Prior to proceeding with any production, the following shall be submitted for review, approval, and
selection by the Engineer:

(1) Design Data: Certificate of aluminium from Registered Professional Engineer of Mauritius

(2) Catalogue of all aluminium sections to be used with their corresponding second moment of areas
(I values).

(3) Shop drawings: Drawings shall indicate elevations of doors, windows and frames, full-size
sections, thickness and gages of metal, fastenings, proposed method of anchoring, size and
spacing of anchors, details of construction, method of glazing, details of operating hardware,
mullion details, method and materials for weather-stripping, material and method of attaching sub
frames trim, installation details, and other related items. All the shop drawings shall be signed by a
Registered Professional Engineer (Civil/Structural) of Mauritius for compliance with the
specifications and submitted calculations.

(4) Product Data: The Contractor shall submit manufacturer's specifications for materials and
fabrication, installation instructions, and recommendations for maintenance for the approval of the
Engineer. Certified test reports showing compliance with project requirements where test methods
are indicated shall be included.

(5) Finish Sample: 300 mm long pieces of frame material of each shape and finish specified for review
before delivery of materials. 300 mm square samples of each type of glass indicated, and 300 mm
long samples of each colour of gasket and sealant.

(6) Quality Control Programme: Quality Control assurance programme covering production, assembly,
and glazing procedure.

(7) Certificate of origin and/or bill of lading.

4. DELIVERY AND STORAGE

a. The aluminium and aluminium finishes shall be adequately protected to prevent damage thereto
during fabrication, storage, shipping, handling and installation.
b. The delivery, handling and storage of units shall be as per approved methods of manufacturer and
protected from damage and staining.
c. All sills and stools shall be protected after installation with boards, heavy paper or other suitable
protection, secured in place, to prevent staining or scratching. No protection shall be removed
after final cleaning.
d. Glass and glazing materials shall be protected during delivery, storage and handling to comply
with manufacturer's directions and to prevent damage to glass and glazing materials from
moisture, temperature changes, direct exposure to sun and from other causes.

5. WARRANTY

1. The Contractor shall submit a written warranty of five years for any defects in manufacturing.
2. In addition to the above, insulating glass units shall carry manufacturer’s standard warranty of
minimum five years for defective materials and ten years for seals.
3. The Warranty shall include a statement that the openings shall resist cyclonic winds of not less
than 280 km/h and shall be water tight.
6. TESTING

41
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Performance test certificates should be submitted giving air and water infiltration figures taken at
specified loadings.

As and when required by the Engineer, the Contractor shall carry out the following tests in accordance
with the relevant British standards:
• Tests as per BS4873
• Tests as per BS5368
• Tests as per BS4315

42
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
CERTIFICATE FOR ALUMINIUM OPENINGS

In accordance with the requirements of (Clauses 1.1 and 1.3) of the Specifications of the contract for
the Supply and fixing of Aluminium Openings for the project (Name of Project)…………………………...
…………………………………………………………… I, the undersigned Registered Professional
Engineer, hereby certify that the aluminium openings which have been fixed at (Location)
……………………………………………………………………………………………………………………….
have been designed and fixed to resist cyclonic winds of 280 Km/hr.

Name of Engineer:…………………………………………………………………………………………………
Registration Number with the Council of Professional Engineers:……………………………………...……

Signature:……………………………………………………………..
The following part is to be signed by the Contractor.
In the event of a failure of these openings due to cyclonic winds of 280 km/hr or less, (Name of
Contractor) ……………………………………………………..undertakes to replace these openings and
make good all damages resulting from the failure of these openings.
Name:……………………………………………………………………………………………………………….
In the capacity of:…………………………………………….……………………………………………………

Signed:……………………………………………………………………..………………………………………
Duly authorized to Sign the certificate for and on behalf of…………………………………………………..
Date:……………………………………………

Seal of Company:………………………….…

43
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
The Waterproofing System

The Waterproofing system, unless otherwise specified, shall meet the following performance
specifications:

EITHER

A SSS elastometric bitumen system in double layers, torched bonded and of total minimum thickness
of 4.2mm with granular finished as described below:

a) The first layer should be a SBS (Styrene-Butadiene-Styrene) elastometric bitumen system


reinforced with non-woven glass fibre Md (50gm2) torched applied with a minimum thickness of
1.7mm.

b) The second layer should be a SBS (Styrene-Butadiene-Styrene) elastometric bitumen system


reinforced with non-woven glass fibre matt having a minimum thickness of 2.5mm. This layer
should have a granular finish colour white for better reflection and applied by torch.

OR

Any other alternative system provided it is duly supported with all technical specifications and back up
information and literature to allow a proper assessment of the treatment proposed.

2. Performance Specifications of the Waterproofing System

2.1. The system shall, unless specified otherwise, be resistant to foot traffic and light concentrated
loads associated with installation and maintenance operations.

2.2. The System shall comply with European, South African or American standards.

2.3. The System and its installation shall conform strictly to Manufacturer’s specifications.

3. Preparation of surface to receive the Waterproofing treatment

3.1. The waterproofing Contractor shall ensure that the scope of the substrate is adequate to receive
waterproofing and is according to Manufacturer’s specifications.

3.2. All concrete surfaces to be waterproofed shall be reasonably smooth and free from holes and
projection which might puncture or otherwise damage the waterproofing system to be applied.

3.3. The surface of the substrate shall also be dry and shall be thoroughly cleaned of dust and loose
materials prior to the laying of the waterproofing system.

3.4. Prior to the application of the new treatment, the waterproofing Contractor shall be required to
issue a certificate stating that the surface is ready to receive the new waterproofing treatment and
is according to Manufacturer’s specifications. It is hereby made clear that, should the
waterproofing system fail to perform as required, no discharge of responsibilities shall be allowed
on the grounds of the existing conditions prior to the application of the waterproofing system.

4. Inspection of Waterproofing System

4.1. The waterproofing treatment shall be carried out to the satisfaction of the Engineer.

4.2. The contractor shall ensure that the waterproofing system is free from wrinkles, buckles, blisters
(trapped air) and other damage. Any damage or defects to the waterproofing system shall be
corrected at the Contractor’s cost, and to the Engineer’s approval.

44
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
4.3. The contractor shall carry out a water test on the finished work, and seek the Engineer’s approval
for same. The test shall consist in filling the whole treated area with water (after plugging the
rainwater pipe outlets) and retaining the water on the treated surface for 24 hours, as directed by
the Engineer. Any leak/defect found shall be repaired at the Contractor’s cost and another water
test carried out to confirm the same, the whole to the Engineer’s satisfaction.

4.4. The contractor shall clean adjacent surfaces of spillage and spaterrings or any adhesive materials
used in the works.

5. Water Test

5.1. The contractor shall allow in his rates for a water test to be carried out after laying the screed to
fall, to confirm the absence of any leakage. The Test shall be verified and approved by the
Engineer.

6. Guarantee Certificate

6.1. On satisfactory completion of the waterproofing works, the Contractor shall submit a certificate of
guarantee against leakage, defective materials and defective installation of the completed
waterproofing system. Any such defects or leakage occurring during the guarantee period shall be
promptly and completely corrected including all affected work at no additional cost to the
Employer.

6.2. The said guarantee shall be in effect for a period of ten (10) years from the start date of the
practical completion certificate. The guarantee shall be signed by the Contractor and
countersigned by the Manufacturer’s representative and shall be submitted to the Employer.

General Notes

1. The risk of falls should be prevented by observing safe work practices when working close to the
edges and strict supervision should be ensured.

2. The fragility of the roof material should be ascertained prior to start of the operations and fragile
roof should be identified with a warning sign.

3. Persons undertaking the works should have appropriate training.

4. Unauthorized access should be prevented by blocking off access routes and access equipment.

5. The use of permit to work system should be considered.

6. More care and precaution are needed in case of adverse weather conditions such as windy
conditions.

7. Persons working on roof should be physically fit and provided with Personal Protective Equipment
such as non-slip shoes, hard hats, tool belt and respiratory protection should be provided.

8. Minimize the need for manual handling and provide the workers with information on weights of
material.

9. Segregation of the work area as well as appropriate signage should be used to prevent contact
with access equipment.

45
A corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
ELECTRICAL WORKS REQUIREMENTS

1.0 Note to Bidders

(i) Instruction

The bidder is advised to read carefully these instructions and to ensure that he has complied with the
requirements herewith in all respects before submitting the bid.

(ii) Bidding Documents

The bidding documents are to be based on the following set:

1. Note to bidders
2. Scope of Works
3. Conditions of Contract
4. Technical Specifications
5. Bill of Quantities
6. Schedule of Materials
7. Legend
8. Drawings: (i) General Layout/s (Indicative Only)
(ii) Schematic Layout/s
(iii) Earthing

The bidder should check that he is in the possession of a complete set of Bidding Documents, as
above, and by reference to index and content summary pages, he should ensure that all pages are in
correct sequence and that none is missing. Any discrepancy or other irregularity should be
immediately notified to the Client.

(iii) Discrepancies

Should the Bidder conclude from the bidding document that there exists any inconsistency,
discrepancy or conflict within the content thereof of figures and words indistinct or be in doubt as to the
true meaning of any part of the Bidding Documents, he must notify the Client for clarifications, prior to
the submission of the bid.

For any other information, please contact Client Ministry/Department.

2.0 Scope of Works

The scope of works for electrical and allied works shall consist of but not limited to the
supply, installation, testing and commissioning of the following: -
a) Distribution boards, control panels, switch gears, etc.
b) Switches, sockets and accessories.
c) LV cables/wirings in conduit/trunking/cable trays.
d) Indoor and outdoor lighting
e) Air Conditioners, Wall/Ceiling Fans, Extract Fans etc.
f) Fire Alarm System
g) Earthing System.
h) Civil Works icw Electrical Works

Note: If required, the successful bidder shall arrange for elevator or otherwise for execution of above
works at no additional cost.

46

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
2.1 Manner of Execution

The contractor shall supply, install, test and commission the equipment and Electrical Works in the
manner set out in the non-exhaustive specifications or where not set out, to the satisfaction of the
Project Coordinator (Electrical) and all reasonable variations on site shall be carried out in accordance
with such directives as the Electrical Engineer may give.

It is understood that the project shall be completed for the fixed sum awarded inclusive of any item
which might not be mentioned in the specifications, schedules, drawings but deemed necessary for
the completion of the project and proper functioning of the system/equipment.

2.2 Schedule of Materials

Materials for this project should be as per specifications/schedules. All materials and equipment shall
be new and of the best quality. The Contractor shall have to submit samples of the electrical
accessories proposed to be used on the project or relevant documentation at no extra costs for
approval or otherwise to the Engineer or his representative prior to ordering the lot and installation.

Full catalogue or where applicable leaflet containing technical data as proof of compliance with the
specifications shall be attached and submitted with the offer to enable ease of evaluation. Omission to
provide technical data will entail elimination from consideration.

2.3 Schedule of Works

The bidder shall submit a detailed programme of works for Electrical Works inclusive of shipment
dates and delivery on site. The bidder shall indicate the time period for the execution and completion
of the installations and for the whole project.

2.4 Site Exigencies

The selected bidder shall respect security arrangements in force at the site and shall seek necessary
permission and security pass for yard access if any for execution of the work. The contractor shall
carry out works outside normal office hours where deemed necessary and authorised by Project
Coordinator (Electrical) without any increase in contract cost. Claims for overtime works shall not be
entertained. The site shall be kept tidy and no materials/refuse shall be kept which may cause
obstructions.

The contractor shall mention the site of storage if the equipments are not stored at the official site.
The contractor shall provide all site amenities, testing equipment and tools inclusive of articulating
booms/lifts for verification/testing purposes for the Project Coordinator (Electrical).

3.0 Conditions of Contract

3.1 Site Visit

Bidders are advised to visit the site before submission of bid so as to be fully acquainted with the
nature of the site and extent of work involved. Bidders shall contact the Ministry for site visit
arrangement.

3.2 Bill of Quantities, Drawings & Compliance Sheet - Not applicable at this stage

The bidders shall fill in the Bill of Quantities (BOQ) and Compliance sheet and submit same together
with the bid documents.

The BOQ and Compliance sheet have been prepared with a view to provide a common basis for
bidding. Before submission of bid, it is deemed that the bidder has acquainted himself with all
conditions prevailing on site. All the specifications, PAS, drawings are complementary and should be
read accordingly. The bidders are advised to carry out measurement and check the quantities of
materials. In case of discrepancies, omissions or errors, the bidder shall inform the Client prior to
submission of the bid. No extra claim shall be entertained afterwards on this issue. 47

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
The Bidders shall fill in the compliance sheets for the major equipment and submit same together with
the bid documents. Equipment/materials for this project shall be as per specifications/schedules or as
indicated on the drawings. Before supplying materials for the project, the proposed materials shall be
vetted by the Project Coordinator (Electrical).

3.3 Liaison with CEB/Client Ministry

The contractor shall liaise with the representatives of the CEB and Client Ministry/ESD for connection
/disconnection facilities or switching of the main supply etc. for the electrical installations. All
structural/civil works icw with sheds/cubicles for switchgears, earthing, etc. shall be included in the
contract.

3.4 Civil/Structural Works

All structural/civil works icw with LV pillars, sheds/cubicles switchgears, earthing, etc. shall be included
in the contract. All structural/civil works to be approved by the Project Coordinator (Civil).

3.5 Guarantee Period

The Electrical installations shall be guaranteed against manufacturing defects, bad workmanship and
other defects not related to normal wear and tear for a period of one (1) year or as mentioned from
date of successful commissioning in presence of Project Coordinator (Electrical).

In the event of a defect, the Contractor shall at his own expense, within 48 hours, make good such
defects as instructed to the satisfaction of the Project Coordinator (Electrical).

Retention money will normally be released at the end of the one-year guarantee period, subject to
maintenance being carried out satisfactorily during that period.

3.6 Provisional Sum/Contingencies

Provisional sum/contingencies included in the contract price shall be expended or used as the Project
Manager may in writing direct and not otherwise. In so far as the sum included in the contract price is
not expended or used, it shall be deducted from the contract price.

3.7 Removal of existing Electrical installations

The Electrical installations and all electrical accessories shall be dismantled and removed. Prior to
removal the client will provide all lists of items that need to be handed-over and other items shall be
carted away.

All items in working condition that should be handover to client shall be removed with care without
them being damaged in the process

3.8 Continuity of Electrical supply

The contractor shall liaise with the Client Ministry to ensure a smooth running and minimum disruption
of activities before submitting the detailed programme of works. The contractor shall ensure the
continuity of electrical supply to the playground. Temporary electrical installation/supply shall be
provided as and when needed. All electrical items required shall be supplied.

48

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
3.9 Maintenance work

It is required to carry out servicing and maintenance work to the electrical items and electrical
installation as mentioned below. The servicing shall be carried out as mentioned in this document or
as per manufacturer recommendation:
• Electrical Installation, Electrical panels and electrical items.
• Air-Conditioning system.
• Fire alarm system.
• Lighting System

ELECTRICAL WORKS REQUIREMENTS

4.0 Electrical Installations

This section provides a brief description of the electrical works related to this contract. The selected
Electrical Contractor shall carry out the works to the full satisfaction of the Project Coordinator
(Electrical).

4.1 Regulations

The installations shall conform in all respects to the latest edition of Institution of Electrical Engineers
(IEE-U.K.), Wiring Regulations (BS 7671) with any subsequent amendments.

4.2 Electrical Supply


The new installations shall be furnished with a 400V/230V, 50Hz power supply derived from a CEB
source.

4.3 Distribution Boards (DBs) - Electrical Panels Main Distribution Boards, Sub-main
Distribution Boards, Sub Distribution Board, Sub Distribution Boards

The DB shall be to IP 659, IK 10 and shall be vandalproof made of galvanised steel with textured
polyester resin finish, self extinguishing type, reversible hinged lockable door and removable rear
panel. It shall have having the wordings “DANGER ELECTRICITY” neatly & prominently painted. The
outdoor DB shall have breaking capacity ≥ Bus bars. It shall have adequate natural or fan assisted
ventilation. It shall be mounted & enclosed in concrete acceptable to the Project Manager.

The panels shall be integrated with rails/perforated plates and shall be big enough to accommodate
incoming and outgoing feeders and the following:

1. MCCBs/MCBs and RCDs/RCBOs as per schematic layouts.


2. Bus bars/Distribution blocks of specified ratings with supports and spare connectors.
Copper Earth Bar Terminal with suitable number of outlets & sizes.
3. Meters, Selector/Timer switches, Contactors, Indicators etc.
4. All accessories (Terminals, Distribution Blocks, Face Plates etc.) to make a complete panel.

Distribution boards shall be wall mounted or floor standing type as specified. All circuits and
instruments in the board shall be properly labelled with Perspex and danger notices fixed on panels.
Plasticised schematic layout shall be fixed in respective Distribution Boards.

Panels shall be located as shown in drawings and shall be solidly & properly earthed.

4.4 Busbars and Distribution Blocks

Compact rigid copper busbar to BS 5486 of specified ratings at least 440V, 3 phase TPN c/w Earth
bar. The busbars shall be enclosed in a metal DB to IP 659, IK 10 as specified above.

The busbars shall be able to sustain faults currents of at least 25 kA.

49

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
The system shall include the following:
i. Junction/feeder boxes for connection to cables
ii. Accessories such as Tees, bends, etc.
iii. Transparent protective front cover
iv. Galvanised supports and fixing brackets.

The busbar shall be marked prominently at the outside with the wording “DANGER”.

Distribution Blocks shall be self extinguishing type to EN 60695-2-11. They shall be rail mounted
and supplied with insulated black plate and transparent protective front cover. They shall be 2P or 4P
as specified with minimum Isc 16/25 kA.

4.5 Labels and Danger Notices

Identification labels of laminated plastic materials (perspex) engraved, black on white with no less than
6mm ‘Limo’ style letters shall be fixed on or adjacent to all distribution gears with at least 2 brass
screws.

Suitable warning notices in red lettering on white background shall be provided on each distribution
boards. Label shall bear identifications on drawings and voltage also.

Suitable “Danger” plates shall be securely affixed on the distribution boards and mounted in prominent
position. Each danger notice shall be fabricated in enamel sheet steel. Symbols shall be in red on
white background and shall be to British Standards.

All cables ending in electrical panel shall be properly labelled as per a cable schedule.

4.6 Switchgears

# Moulded Case Circuit Breaker MCCBs shall comply with BS 4752, shall be 4 poles of minimum
breaking capacity 25 kA at 440 Volts, shall have adjustable nominal (Io), thermal (Ir~0.7-1 In) and
magnetic releases (Im~3.5-10 In). It shall be supplied with all necessary accessories such as adaptor
for fitting, auxiliary contacts, alarm contacts, shunt trip, under voltage releases and all mounting
accessories such as terminals, spreaders and insulation seals etc. It shall incorporate the following:

i. Positive opening indication


ii. Test button for mechanical release control
iii. Rotary retractable door mounted handle on the front of the unit of the Main MCCBs

# Miniature Circuit Breakers (MCB) shall be to BS EN 60898 and shall be 2/4 poles as specified or
as per schematic layouts. The minimum breaking capacity of the MCBs shall be 6/10 kA and shall
have type B/C/D tripping characteristics as specified.

# RCBOs or Residual Current Device (RCD) to IEC 61008-1 Type A, 2P/4P of sensitivity 30-300
mA with minimum breaking capacity 6/10 kA associated with MCBs shall be used where specified.
These shall provide protection against earth leakages and short circuit/overload. Type Hpi shall be
used for computer and sensitive equipment.
RCCBs shall not be accepted.

# Power Contactor

The contactor shall conform to IEC 61095 and shall have the following characteristics:
• Power: 25-40 Amp, 400 V/50 Hz supply or as specified
• Voltage relay coils – 230 V/50 Hz or as specified
• At least 2 N/O & 2 N/C contacts
• Self cleaning contacts
• Easy frontal/lateral clipping of auxiliaries
• Mechanical life : around 106 cycles
These shall be used as directed. 50

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
# Selector Timer Switch

The selector timer switch shall conform to IEC 61095 and shall have the following characteristics

• 230 V/50 Hz supply


• Programmable time switch
• Change Over Switch with manual override
• Ample Working Reserve
• Analogue Dial

These shall be used for external lighting or as directed

# PIR Motion Detector

The PIR Motion/Presence Detector shall have the following specifications:

• AC supply 230V/50Hz
• Light level adjustment: 5-1000 lux
• Delay Timer: Pulse 5-300s
• Flexible detection range mounting
• Reset button incorporated
• Manufactured to BS

The PIR Motion/Presence Detector shall be used for toilets (lights+extract fans) or as directed.

4.7a Switches and Sockets


- The lighting switches shall be to BS 3676 recessed metal clad vandal proof and IP 65 outdoor-
weather proof type complete with very flat base plate, rated as specified. The number of gangs and
ways shall be as indicated in the drawings. The lighting switches shall be flush mounted and fixed at
around 1500mm above the finished floor level.
- All sockets shall be to BS 1363 switched recessed metal clad vandal proof and IP 65 outdoor-
weather proof type with shuttered openings and shall be provided with neon indicators. The number of
gangs shall be as indicated in the drawings. The sockets shall be flush mounted and fixed at around
300mm from the finished floor level, or as specified.

51

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
4.7b Combined Lightning Current and Surge Arrestor

Voltage Rating/Frequency 200 - 240 or 380-440 Vrms/47-63 Hz

Nominal Discharge Current/ph 25 kA 8/20 s one time

Max Surge Discharge Current/ph 50kA for 240V and 100kA for 440V 10/350 s one time

Follow Current Extinguishing capability/ph 50 kArms

Response Time <100 ns

Leakage Current <250 (Ph/E)

Let through Voltage at 700 V Ph/N 3 kA 8/20 s one time


700 V Ph/E

Protection level 5.0 kV at In

Indication for operation/fault LED green/red

Suitable for Neutral point connections EE-EN-IE

Standard Type1 IEC 61643-1

It shall be enclosed within a modular design to IP 55


Associated MCB/RCD shall be included for complete installation
It shall be backed by a five (5) year guarantee

4.8 Type of Installation and Cables

The cables shall be routed mostly in fire-retardant PVC trunkings, concealed conduits, cable trays,
ducts, PVC underground pipes, galvanized conduits, manholes or as specified. The cables shall be
neatly grouped without any crossing and shall be properly clipped at recommended interval of 1 metre
and at bends according to recommended cable space factor requirements. All cabling shall be
complete with end terminations, cable glands, lugs, etc. Bending radii of cables shall conform to BS.

Cables shall comply with BS 6500 and IEC 60502. Cables shall be of 1 KV grading conductors of high
conductivity copper wires. The cabling between the Main Distribution Panel/Board and various
distribution boards shall be of copper conductor XLPE/SWA/PVC insulated and of specified sizes as
per schematic drawings. Sufficient Inspection boxes to the nearest minimum requirements shall be
provided to permit periodical inspection and to facilitate replacement of wires if necessary. The
inspection/junction boxes shall be mounted flush with the wall or ceiling concrete. Ventilating holes
shall be provided in the installation where required.
Colour code of cable shall be as follows:

First phase Brown

Second phase Black

Third phase Grey

Neutral Blue

Earthing Yellow-Green

52

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
The contractor shall submit shop drawings for indicating the cable routes, type of installation including
dimensions for the cables and associated details to Project Coordinator (Electrical) for approval.

4.9 Wiring & Conduit for Final Circuits

Wiring for final circuits shall, unless otherwise specified, be carried out in non-armoured 1kV grade
single-core PVC-insulated cables manufactured in accordance with BS 6004. Cables shall be
stranded copper conductor and self-coloured insulation to BS EN 50525.

All cables shall be within fire-retardant trunkings/concealed heavy duty orange conduits/galvanized
perforated steel cable trays as approved by the Project Coordinator (Electrical). Within the
trunking/conduits/cable trays, circuits shall be bunched at reasonable intervals and shall be properly
labeled. They shall be supplied with cable straps at 2000mm intervals. Inspection boxes shall be
provided to permit periodic inspections and maintenance works.

Flexible fire retardant trunkings/ heavy duty conduits/cable trays of adequate dimension shall be used
in order to satisfy cable space factor. Separate twin trunkings/conduits shall be used in offices for
power and data cables.

Manufacturer’s standard fittings (e.g bends, tees, end plates) shall be used throughout.

4.10 Underground Cables

The armoured underground cables shall be routed through yellow/orange high pressure PVC pipes in
trenches as per drawings. They shall run in continuous lengths; no cable joint shall be permitted. The
stipulated space factor shall be observed for the pipes.

The contractor shall make all necessary allowance in his quotation for Warning tapes and any
trenching work which shall include excavation, backfilling as well as erection of electrical manholes.
Shop drawings to be submitted after award of contract.

4.11 Manholes

Manholes (Electrical Drawpits) shall be built with reinforced concrete according to drawing. Openings
of sufficient size shall be made on the sides for entry of PVC pipes. The manholes shall have
waterproof galvanised metal covers on top of which shall be marked “DANGER ELECTRICITY”. All
opening shall be properly sealed to prevent ingress of water, dust and rodents. The layout of the
manhole is attached in the Appendix.

4.12 Earthing System

The Earthing system shall be to BS 7430. For the earthing of the MDB, there shall be a combination of
copper plate of minimum size 600mm x 600mm x 3mm installed at a depth of at least 2 metres below
ground level and 4 copper rods of minimum diameter 25mm and 2 metres long and spaced at twice
their length apart as earth electrodes.

The earthing of the MDB shall form a connected array of earth plate and rods driven into the ground,
linked and bonded together by the BS recommended swa copper conductors to form an equipotential
ground plane.

The Earth Resistance shall be less than 5 ohm.

The above number of earth rods shall be increased until the acceptable earth resistance is achieved.
Electrically conductive Ground Enhancing Materials may be used to achieve low ground resistance in
accordance with the manufacturer’s instructions.

Concrete inspection pits c/w galvanised removable covers marked ‘EARTH’ shall be erected for main
earthing to enable inspection and testing as per drawing.

53

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
5.0 LIGHTING AND LUMINAIRES

Lighting Installations

All luminaires shall comply with BS 4533 and manufactured to European Standards.

All light fittings shall be installed c/w lamp/tube, LEDs, driver, electronic starter, control gears choke
and pf compensating ballast.

All luminaires shall be carefully stored before erection and handed over in new conditions.

Energy Saving LED Fittings


The LED tubes shall have the following specifications:

• Power rating: 230V, 50Hz


• Efficacy: > 100 lm/W
• Beam angle: min. 210o
• Colour Temperature:>4000K industrial white
• Colour rendering: Ra>80
• Life span: around 25,000 hours
• Certification: IEC 62776
• Proof of certification shall be submitted with quotation

TYPE A
Flat Led square Panel Light Fitting - 600x600mm (TYPE A) – (Main Building and store,offices)

• Body: Flat slim design ceiling grid module size around 1300mm x 250mm
• Light source: LED modules
• Luminous flux : 5500 – 6000lm,
• Electrical Supply: 230 V, 50 Hz
• Integral power supply and driver
• Efficacy: at least100 lm/W
• Beam angle: around 90-100º
• Color Temperature: >4000K
• Type: recessed for false ceiling and surface mounted in concrete ceiling.
• Material Housing:
Back cover: treated steel
Frame, light guide and diffuser: polycarbonate/polystyrene
Optic cover: micro-lens made of acrylic

• Lifetime: 30,000 hours


• Manufactured to European Standards

54

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
TYPE B
Weatherproof Bulkhead (Toilet)
The ceiling mounted luminaire shall be circular/oval and shall have the foll. features:

• Body: Die cast Aluminium and tempered glass


• Integral power supply and driver
• White LEDs in wide beam optics configuration
• Fitted with: 12-15 W, 230V LEDs
• Insulation Class I/II to IP 55
• Manufactured to European Standards

TYPE C (Covered Link, periphery of building and Shed)


Weatherproof Rectangular Light Fitting Type C - 1300x100mm

Weatherproof type SMD LED luminaire shall be dust proof and water resistant to at least IP 55, impact
resistant at least IK07 with white UV stable glass reinforced polyester housing material.

The light fitting shall comply with the following:


• Linear type at least 1m length
• Mains voltage/ Mains frequency: 230 V +/- 6 %V, 50 Hz
• Type: Built-in LED Driver with LED linear module
• Mounting: Wall/ceiling mounted using fastening brackets
• Initial LED luminaire efficacy: at least 110 lm/W
• Power: 25-30 W
• Luminous flux: at least 3100 lm
• Correlated colour Temperature: At least 4000 K (Day light)
• Life span: At least 40,000 hrs

TYPE D
Emergency Light Fittings

• The electrical supply for the Emergency Exit Luminaires shall be of 230 V, 50 Hz.
• The Emergency Exit Luminaires shall be surface mounting and non-maintained type.
• The Emergency Exit signs shall be of white & green silk-screened pictogram with an optimum
contrast value between the pictogram and the background luminance. Luminous flux to be at least
180 lm with autonomy of 3 hours minimum.

6.0a Wall Fans –N/A

The Wall Fans shall have the following specifications:


• AC supply 230V/50Hz
• ON/OFF Switch with Power ON Neon Indicator
• Diameter of sweep around 400-450mm
• Integral 3 speed Regulator
• Fitted with in built thermal protection
• Cord Operated and Swing Mechanism
• Noise level not greater than 50 dBA at 1 m on high speed
• Easily removable metallic safety grille
• Manufactured to IEC 60335-2-80

The fan shall be provided c/w a power socket with neon indicator.

55

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
6.0b Extractor Fans

Extractor Fans shall be to the following specifications:


a) Wall/glass mounted
b) Steel protected by polyester spray paint or High impact resistant thermoplastics
c) Single phase 230 V, 50 Hz
d) Air flow rate: around 350 m3/h (100 l/s) /
e) Motor/electrical connection protected to IP 55
f) Automatic external shutters to prevent ingress of water
g) Removable safety grille for maintenance/servicing
h) Noise level shall not be greater than 50 dBA at 1 metre.
i) Wired remote switch for fan speed control
j) Connected to PIR Controller for presence detection in Toilets

7.0 Air Conditioners

Air Conditioner of capacities as specified in drawings shall be supplied, installed, commissioned and
tested at the locations shown on the drawings. The units shall be to the specifications given below.

A. Split Wall Mounted Air Conditioner

Indoor unit :
1. The units shall be inverted type of capacity as specified
2. The units shall be of the wall mounted type, slim, compact and of elegant design
3. Horizontal air flow with Orientable 4 way Air Deflection
4. Auto/Variable fan speed and thermostatic temperature control
5. Wireless LCD Remote Control Operating Unit
6. Auto Restart feature
7. One touch anti fungus electrostatic multistage air filter
8. Aluminium Coil Fin & Seamless Copper Tube
9. Environmentally friendly refrigerant
10. Variable Speed Control on compressor (DC Inverter Technology)

Capacity Noise level at 1 metre at


high fan speed/high cool
Btu/hr
12,000 42 dBA

36,000 48 dBA

Outdoor Unit: 1. Weatherproof and suitable for use in tropical climates


2. Rotary type compressor with EER> 3.2

56

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
GENERAL NOTES for electrical works
1. Quotation for the above shall include supply, installation, testing and commissioning.
2. Delivery period after order is placed shall be mentioned.
3. Original leaflet containing technical data shall be attached to the quotation as proof of compliance
with specifications.
4. Make and country of origin of the air conditioner shall be clearly specified.
5. The compressor of the air conditioner shall be guaranteed for a period of 5 years and all other
parts shall be guaranteed for a period of at least 1 year. These guarantee periods shall be
effective only as from the date of successful commissioning of the air conditioner.
6. The position of the indoor/outdoor units may be subject to changes, if any, and this shall be
considered by the bidder when quoting. Note that no variation will be accepted upon this item
after award of this contract.
7. The contractor shall undertake all the electrical installations from the existing DB to the oudoor
unit and indoor unit of the air conditioner using appropriate MCB, RCD, cables and trunking. A DP
switch with neon of appropriate rating will be supplied and installed for the indoor unit of
the air conditioner by the Electrical Contractor.
8. Any supports, mounting brackets, etc. (to be hot dipped galvanised) shall be supplied and
installed by the successful bidder, who is expected to make a site visit before quoting. Should the
indoor/outdoor unit of the air conditioner require some base (metal or concrete), this shall be
provided by the bidder who shall quote for this item too.
9. The air conditioner shall be provided with suitable drain pipes, with sufficient slope for perfect
drain. The drain pipes shall be leak proof and shall be securely fixed as and where required on
the wall inside and outside the building till about 50 mm from ground level (outdoor) or connected
to the nearest service drain.
10. The installation of the air conditioners may necessitate some civil and masonry works (drilling of
holes in order to pass the pipes) and/or modifications to window panes/frames/metal work which
shall be undertaken by the successful bidder and these openings shall be properly sealed in order
to avoid leakage or loss of cool air. It is imperative for the bidder to include civil works separately
in his quotation.
11. All the refrigerant pipes (which shall be vapour sealed) and drain pipes inside the building shall be
enclosed within trunkings of suitable dimensions and shall be securely fixed to the wall. The
successful bidder shall be expected to execute a high-quality trunking work by making use of
accessories (i.e. angle exterieur, interieur, embout, jonction, etc.).
12. The air conditioner shall be equipped with wireless remote control by means of which the air
conditioners may be switched on and off, the temperature and fan speed may be controlled and
from which one may read the room/office temperature via an LCD display.
13. The air conditioner shall be equipped with appropriate valves along the refrigerant pipes so as to
allow isolating and separating the indoor unit from the outdoor unit without any loss of refrigerant.
14. The bidder shall submit as part of the contract, upon completion of works, a comprehensive
operations and maintenance manual inclusive of an exploded diagram of the air conditioner
showing the different parts and associated part numbers.
15. The bidder shall, upon completion of works, test the air conditioner in the presence of the Project
Manager. All test equipment (decibel meter etc.) to be provided by the Contractor. Test certificates
shall be submitted in duplicate copies to the Client.
16. The bidder shall provide free servicing on a quarterly basis during the one year guarantee period.
Such servicing shall consist of cleaning of filters and checking the performance of the unit/s. The
reports shall be submitted to the Ministry.
17. Any breach to comply with the above during quotation shall lead to disqualification of the bidder

57

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
8.1 Maintenance of Air Conditioning system

During the one-year maintenance period (defect liability period) the contractor shall be responsible of
the Preventive Maintenance and Servicing of the Air conditioning System as describe below:

a) Semester Servicing to be carried out on the system up to the end of the Maintenance period.
All servicing shall be carried out as per manufacturer recommendation.
b) Attending/Intervening to breakdowns and/or emergencies on the system
c) All maintenance/servicing works to be scheduled and notified at least 2 weeks before to Client and
service reports handed to the client after satisfactory completion of maintenance/servicing

9.0 Specifications for Fire Alarm System

This contract is inclusive of the complete supply, installation, testing and commissioning of equipment
and associated items for Fire Detection System and Fire Alarm System to BS 5839 and EN 54.

9.1

I. Main control and indicating panel.

The main flush mounted panel shall be located in the Hall or as specified

It shall consist of a Conventional Fire Alarm Panel with the following features:

1. Individual zone alarm relays


2. Individual zone isolation
3. One man walk test facility without interruption to rest of system
4. Monitored outputs for open & short circuit faults
5. Repeater panels - to enable essential signals from main panel to be repeated as specified
6. Integral power supply to provide standby power in case of mains and generator failure.
(Maintenance free Nickel cadmium batteries and charger)
7. Integral Manual Call Points, Sounders and Strobe Flashers
8. Micro processor based modular upgradable design for sequential polling of devices.

The main LCD text display & LED indicator panel shall have the following indications: Status,
Fire alarm, Maintenance alarm, Device fault, System faulty, Auto reset, Test mode, Supply fault, Mimic
display etc.

II. Breakglass Manual Call Points:

¨ To be compatible to BS 5839. Resettable operating element with incorporated lift flap against
accidental activation.
¨ Shall have LED indication.
¨ Flush mounting.
¨ Shall be to IP 54 with weather resistant gasket.
¨ Test facilities such as key insertion

III. Point and Volumetric Detectors (with at least 3 levels of sensitivity)

(a) Photoelectric (Optical) Smoke Detectors

- shall be to BS 5445 Part 7


- based on light scattering principles c/w infra-red LED
- pulse light source
- 3 pulses to trigger alarm
- dual chamber type for visible and invisible smoke detection

58

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
(b) Ionisation Smoke Detectors

- shall be to BS 5445
- suitable for detecting visible smoke and invisible products of combustion
- certified radioactive source shall mechanically secure
- dual chamber type for changing environmental conditions

(c) Temperature/Heat Detector

- shall be to BS 5445 Part 8


- electric thermistor detector element
- operating point set at 750C for fixed high temperature detector
- operating range 200C-600C for rate of rise heat detector

IV. Electromechanical Sounders

Indoor Siren:

a) Operated on 230V AC
b) Adjustable Sound output : ≈ 100 dBA at 1m or 5dBA above background noise
c) Two distinct sounds possible for “Alert” & “Evacuate”
d) Continuously rated for 150 hours
e) Vandalproof to IP 44

Outdoor Siren:

a) Operated on 230V AC
b) High sound output: at least 115 dBA at 1m
c) Operation : 2500 Hz
d) Continuously rated for 100 hours
e) Vandal proof to IP 55

V. Strobe Flashers

- High Intensity RED colour Xenon Flashers/bright LED


- Flash cycle: at least 30Hz
- Minimum 100mm tall and 70mm diameter
- Rated to IP 44

9.2 Power Supply

Integral power supply to provide at least 24 hours of standby power in case of Mains/Generator failure.
(Maintenance free Nickel cadmium batteries and charger)

In case of Mains/Generator failure, the battery unit shall be capable to sustaining the normal load of
the alarm system for a period of 12 hours, followed by the load of all sounders for a period of 45
minutes. It shall include the following:

i. enough space for batteries


ii. protection for battery/regulator circuits
iii. reverse polarity protection
iv. automatic battery load test

The power supply shall also incorporate the appropriate charging circuit.

59

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
9.3 Cabling

The wirings shall be carried out in non-flammable propagating type conduits and accessories to BS
4607. One pair of cables shall be used. The conductor size shall be at least 1.5 mm2. The fire resistant
MICC cables or acceptable equivalent shall have “Fire Alarm Cable” printed on them.

NOTE:

• A mimic panel depicting the layout of detectors, call points, sirens etc. shall be affixed next to
the FAP
• Instructions to operate the panel during a fire or fault shall be affixed next to the FAP.
• Free training to users and technical staff shall be dispensed by the contractor

9.4 Maintenance of the Fire alarm System

During the one-year maintenance period (defect liability period) the contractor shall be responsible of
the Preventive Maintenance and Servicing of the Fire alarm System as describe below:

a) At least Semesterly servicing to be carried out on the system upto the end of the Maintenance
period.
All servicing shall be carried out as per manufacturer recommendation and as per actual regulations
b) Attending/Intervening to breakdowns and/or emergencies on the system
c) All maintenance/servicing works to be scheduled and notified at least 2 weeks before to Client and
service reports handed to Client after satisfactory completion of maintenance/servicing

TESTS ON COMPLETION

On completion of all the installations, the electrical contractor shall carry out tests in the presence of
Project Coordinator (Electrical) and submit to the ministry three signed copies of the tests certificates
by a Registered Professional Electrical Engineer.

Testing and measuring equipment shall be of very good quality and shall be provided by the electrical
contractor in all cases.

The following tests shall be carried out:

(i) Insulation test


(ii) Continuity and Polarity tests
(iii) Earth loop impedance test
(iv) Earth Resistance test
(v) RCD tripping time
(vi) Operation of protective devices
(vii) Load test
(viii) Voltage test
(ix) Phase Sequence and Phase Rotation tests
(x) Functional Test
(xi) Any other test requested by the Project Coordinator (Electrical)

Tests on equipment/plant/electrical device

Tests on the above shall be carried out as per Manufacturer’s recommendations or as directed by the
Project Coordinator (Electrical).

60

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Drawings

Upon completion of the works, the bidder shall submit to the Ministry three copies of as “fitted
diagrams” signed by the Registered Professional Electrical Engineer

(i) The Electrical installations and layouts


(ii) Schematic diagrams of circuits and protective gears
(iii) Location of Distribution Boards & cable routes
(iv) Earthing System

B. DRAWINGS

Drawing Number
S/N DRAWING TITLE
1 LOCATION PLAN PA/P3/NYC001
2 SITE PLAN-Existing PA/P3/NYC002
PA/P3/NYC003
3 EXISTING AND DEMOLITION PLAN
PA/P3/NYC004
4 EXISTING ELEVATION PLAN
PA/P3/NYC005
5 SITE PLAN B (Proposed Development)
PA/P3/NYC006
6 PROPOSED LAYOUT
PA/P3/NYC007
7 ELEVATION PLAN PROPOSED
PA/P3/NYC008
8 SCHEDULED OF OPENINGS
PA/P3/NYC009
9 SEPTIC TANK DETAILS
PA/P3/NYC010
10 SEPTIC TANK REINFORCEMENT DETAILS
PA/P3/NYC012
11 ABSORPTION PIT DEATILS
PA/P3/NYC012
12 WATER DISPOSAL DETAILS

61

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Section IV: General Conditions of Contract and Particular Conditions of
Contract
Any resulting contract shall be placed by means of a Letter of Acceptance and shall be subject to the
General Conditions of Contract (GCC),
(Ref: W/GCC10/12-21), for the Procurement of Works (available on website ppo.govmu.org) except
where modified by the Particular Conditions of Contract below.
Procurement Reference Number: NYC/PROC/07/2023-2024
The clause numbers given in the first column correspond to the relevant clause number of the General
Conditions of Contract.
Particular Conditions of Contract
A. General
GCC 1.1 (r) The Employer is National Youth Council.
GCC 1.1 (v) The Intended Completion Date for the whole of the Works shall be 180 calendar days
as from the signature of contract.
GCC 1.1 (y) The Project Manager is Mr. M Balloo.
GCC 1.1 (aa) The Site is located at Pamplemousses as shown in Drawing. No. PA/P3/NYC/OO1
GCC 1.1 (dd) “The Start Date shall be 7 days from the handing over of site.
GCC 1.1 (hh) The Works consist of new building, demolition works, aluminium openings, painting,
Laminated parquet, false ceiling and tiling works, watchman post, site works, etc all as
described in the scope of works.
GCC 2.2 Sectional Completions are: N/A
GCC 2.3(i) The following documents also form part of the Contract: N/A
GCC 3.1 The language of the contract is English
The law that applies to the Contract is the law of Mauritius.
GCC 5.1 The Project manager may delegate any of his duties and responsibilities.
GCC 8.1 Schedule of other contractors: N/A
GCC 13.1 Except for the cover mentioned in (d)(i) hereunder, the other insurance covers shall be
in the joint names of the Contractor and the Employer and the minimum insurance
amounts shall be:

(a) for the Works, Plant and Materials: (for the full amount of the works
including removal of debris, professional fee etc...)

(b) for loss or damage to Equipment: MUR 500,000

(c) for loss or damage to property (except the Works, Plant, Materials, and
Equipment) in connection with Contract for an amount representing the value of
the properties that are exposed to the action of the contractor in the execution
of the works. It will extend to the property of the Procuring Entity as well). MUR
1,000,000

(d) for personal injury or death:


(i) of the Contractor’s employees: [The Contractor shall take an
adequate insurance cover for its employees for any claim arising
in the execution of the works].5,000,000
(ii) of other people: [This cover shall be for Third Party extended to the
Employer and its representatives with the no of occurrences
unlimited]. MUR 5,000,000

(e) for loss or damage to materials on-site and for which payment have
been included in the Interim Payment Certificate, where applicable.
The Contractor shall choose to take the insurance covers indicated above as separate
covers or a combination of the Contractor’s All Risks coupled with the Employer’s
liability and First Loss Burglary, after approval of the Employer. All insurance covers
shall be of nil or the minimum possible deductibles at sole expense of the contractor.
62
GCC 14.1 Site Data are: N/A
The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
GCC 20.1 The Site Possession Date(s) shall be the date of handing over of site.
GCC 23.1 & Appointing Authority for the Adjudicator: No Adjudicator shall be appointed for this
GCC 23.2 Contract.
GCC 24. In case a dispute of any kind arises between the Employer and the Contractor in
connection with, or arising out of, the contract or the execution of works or after
completion of works and whether before or after repudiation or other termination of
Contract, including any dispute as to any opinion, instruction, determination, certificate
or valuation of the Employer’s Representative, the matter in dispute shall, in the first
place, be referred in writing to the employer’s representative, with a copy to the other
party.
The Employer and the Contractor shall make every effort to resolve the dispute
amicably by direct informal negotiation. If, after twenty-eight (28) days, the parties have
failed to resolve their dispute or difference by such mutual consultation,
then either the Public Body or the Contractor may give notice to the other party of its
intention to refer the matter to
“ the competent courts of Mauritius”
B. Time Control
GCC 25.1 The Contractor shall submit for approval a Program for the Works within 14 days from
the date of the Letter of Acceptance.

GCC 25.3 The period between Program updates is 07 calendar days.


The amount to be withheld for late submission of an updated Program is MUR 5,000.
C. Quality Control
GCC 33.1 The Defects Liability Period is: 180 calendar days.
GCC 34.1 Delete sub-clause 34.1 and replace by the following:
Should any defect arise during the contractual period and up to the end of the Defects
Liability Period and the Contractor fails to correct the Defect within the time specified
in the Project Manager’s notice, this shall constitute a breach of the Contractor’s
obligations under the contract. The Project Manager shall assess the cost of having
the defect corrected and recover the money from monies due to the contractor or from
the Performance Security.
GCC 39.7 Interim Payment for Plant and Material on site is not applicable.
D. Cost Control
GCC 40.1 Amend clause 40.1 by replacing 21 days by 7 and 42 days by 28 days.
GCC 41.1 (l) Cyclone class III, flooding, torrential rain, rain of intensity not less than 20mm or any
other events beyond the control of the contractor.
GCC 43.1 The currency of the Employer’s country is: Mauritian Rupees.
GCC 44.1 The Contract is not subject to price adjustment.
GCC 45.1 GCC Clause 45 is not applicable.
GCC 46.1 The liquidated damages for the whole of the Works are MUR 4,000 per calendar day.
The maximum amount of liquidated damages for the whole of the Works is 10% of the
Contract price.
GCC 47.1 The Bonus for the whole of the Works is not applicable.
GCC 48.1 The Advance Payments shall be 10% of contract value and shall be paid to the
Contractor within 10 days after signature of the Contract and submission of the
approved Advance Payment security by the contractor no later than 15 days from the
date of the letter of acceptance.
GCC 49.1 The Performance Security amount is 10% of contract sum and inserted at contract
signature stage.
E. Finishing the Contract
GCC 56.1 The date by which operating and maintenance manuals are required is on practical
completion date of the project. The date by which “as built” drawings are required is on
practical completion date of the project.
GCC 57.2 (g) The maximum number of days is: 60 days
GCC 59.1 The percentage to apply to the value of the work not completed, representing the
Employer’s additional cost for completing the Works, is 20%.
63

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Section V- Contract forms

Performance Security

...............................Bank Name/insurance guarantee and Address of Issuing Branch or Office…............................................

Beneficiary: .............................................Name and Address of Public Body........................................................................

Date..............

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

We have been informed that ..................................[name of the Contractor] ............................ (hereinafter


called "the Contractor") has entered into Contract No.............[reference number of the Contract] ............
dated........ with you, for the execution 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 security
is required.

At the request of the Beneficiary, we ................................. [name of Bank)] ..................hereby irrevocably


undertake to pay you any sum or sums not exceeding in total an amount of .......... [amount in figures
(amount in words)] ........................................... such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, 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 and returned to us not later than twenty- one days from the date of
issuance of the Defects Liability Certificate, calculated based on a copy of such Certificate which shall
be provided to us, or on the................................day of .................................., .................., whichever
occurs first. Consequently, any demand for payment under this guarantee must be received by us at
this office on or before that date.

………....................................................Seal of bank/Insurance Guarantee and

Signature(s).............................................................

64

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Advance Payment Security
[Bank’s Name/insurance Company, and Address of Issuing Branch or Office]

Beneficiary: ........................ [Name and Address of Employer] …………………………….


Date: ............................................................................................................................................
Advance Payment Guarantee No.: .........................................................................................
We have been informed that . . .. . [name of the Contractor] . . . . . (hereinafter called “the
Contractor”) has entered into Contract No. . . . . . [reference number of the Contract] . . . . .
dated . . . . . .. . with you, for the execution of . . . . . . [name of contract and brief
description of Works] . . . . . (hereinafter called “the Contract”).
Furthermore, we understand that, according to the Conditions of the Contract, an advance
payment in the sum . . . . . [name of the currency and amount in figures] 1. . . . . . (. . .. .
[amount in words] . . . . . ) is to be made against an advance payment guarantee.
At the request of the Contractor, we . . .. . [name of the Bank] . . . . . hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of . . .. . [name of
the currency and 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 under the Contract because the Contractor used
the advance payment for purposes other than the costs of mobilization in respect of the
Works.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Contractor on its account number
. . .. . [Contractor’s account number] . . . . . at . . .. . [name and address of the Bank] . . .
.. .
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor as indicated in copies of interim statements or
payment certificates which shall be presented to us. This guarantee shall expire, at the latest,
upon our receipt of a copy of the interim payment certificate indicating that eighty (80) percent
of the Contract Price has been certified for payment, or on the . . . day of . . . . . .. , . . . . . 2,
whichever is earlier. Consequently, any demand for payment under this guarantee must be
received by us at this office on or before that date.
. . . . . . . . . . . . . . [Seal of Bank/Insurance Company and Signature(s)] . . . . . . . . . . . . . .
Note –

All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final
document.
1 The Guarantor shall insert an amount representing the amount of the advance payment denominated either
in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency
acceptable to the Employer.
2 Insert the expected expiration date of the Time for Completion. The Employer should note that in the event
of an extension of the time for completion of the Contract, the Employer would need to request an extension of
this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration
date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following
text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this
guarantee for a period not to exceed [six months][one year], in response to the Employer’s written request for
such extension, such request to be presented to the Guarantor before the expiry of the guarantee.

65

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
NYC: 23/ 24
Helvetia Youth Hub
Date: 14 February 2024
Helvetia
St Pierre 81405
T : 460 9004
Name and address of the contractor
E : [email protected]

Letter of Acceptance

Subject: . . . . . . . . .. [Notification of Award Contract No]. . . . . . . . . . .

This is to notify you that your Bid dated ………………………………………..[insert date] for
execution of the …………………………………………………………………………….insert
name of the contract and identification number, as given in the Appendix to Bid]
………………………………………………….……….. for the Accepted Contract Amount of
.Rs ……………………………………………………………………………………...……..
[insert amount in numbers and words and name of currency], exclusive of VAT, as
corrected and modified in accordance with the Instructions to Bidders is hereby accepted
by (insert name of Corporate Body).

You are requested to furnish the Performance Security in accordance with the General
Conditions of Contract, using for that purpose of the Performance Security Form included
in Section V (Contract Forms) of the Bidding Document.

Authorized Signature: .......................................................................................................

Name and Title of Signatory: ............................................................................................

Name of Agency: ..............................................................................................................

Attachment: Contract Agreement

66

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
Contract Agreement Helvetia Youth Hub
Helvetia
St Pierre 81405
T : 460 9004
E : [email protected]

THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . .


[name of the Employer]. . . . .. . . . . (hereinafter “the Employer”), of the one part, and . . . . .
[name of the Contractor]. . . . .(hereinafter “the Contractor”), of the other part:
WHEREAS the Employer desires that the Works known as the upgrading of works at
Pamplemousses Youth Centre, NYC/PROC/07/2023-2024 .should be executed by the
Contractor, and has accepted a Bid by the Contractor for the execution and completion of
these Works and the 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 documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other Contract documents.
(a) the Letter of Acceptance
(b) the Bid
(c) the Addenda Nos . . . . . [insert addenda numbers if any]. . . . .
(d) the Appendix to the General Conditions of Contract
(e) the General Conditions of Contract;
(f) the Specification
(g) the Drawings; and
(h) the completed Schedules,

3. 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 the Works and to
remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of Mauritius on the day, month and year indicated above.

Signed Signed by:


by:
for and on behalf of the Employer for and on behalf the Contractor

in the in the
presence presence
of: of:

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

67

The NYC is a corporate body under the aegis of the Ministry of Youth Empowerment, Sports and Recreation (NYC Act 1998)
La
bo
rde
Po St
w de Mahogany
r Mi
lls
Ro
Beau Plan
ad
,B
18

Pamplemousses
Adventist Church

M2
ay
Universite des t orw
Mo
Mascareignes
Motorway
M2

2
rw ay M
Moto SITE

Halkhoree
Fashion
Centre

18
ad, B
Pamplemousses
Cemetry Le Chateau de

ls Ro
SSR BOTANICAL Mon Plaisir

er Mil
Cemetry Rd

GARDEN

Powd
St Francois
D'Assise Church

Riv Citron
Riv Citron

LOCATION PLAN (1/2500)


Rev Date Made By Checked By App By
First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Location Plan
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, 1:2500 For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC001 00
+
98m
m igh)
181 .92m H )
all (0 h
Hig
d a ry W (4.0m
n g
Bou Fencin

Hig
h) +
LEGEND
5m
(0.6 High)

Bou
Bo
Wall
dary g (1.8m un

nda cing (4
n da
Bou Fencin 065mm Fe ry W

Fen
ry W
24 nc a

270 .92m h)
ing ll (
Pit

all (0 m Hig
M.H 0

48m
49 (1.8 .50m
56 m

.0

m
0m H Hig
m igh h)
) +

Hig
h) +
Gate 5.1m Wide
Multipurpose Pitch

Peta ea: 45m


PO
WAT ST

Soakaway
CH
MAN

mm

Ar
Existing Tarmac Area:

nque
OF
FICE
1

0
230
493m 2

Pitch2
Bou
)+
igh

nda cing (4 8mm


0mm
mH
.65 igh)

Fen 2704
ry W
ll (0

230
H
Wa (1.8m
Brick Paving

all (0 m Hig
ry
nda ing 5mm
Bou Fenc 1237

.92m h)
.0

Hig
OF
FICE
2

h) +
Drainage

VE
RA
NDA
mm
2300

2300
m m OF

Green Space
FICE

+
3

)+ h)
igh Hig
mH .92m h)
.65 igh) all (0 Hig
all (0 m H ry W (4.0m
ry W g (1.8 m nda g
n da in Bou Fencin 198mm
2m
Bou Fenc 2002 18

Tarmac Paving
OF
FICE
CO 4
VE
RE
D PO
RC
H

VE
RA
ND
A

Blockwall
KITC
HE
N
TO
DISA ILET

Bou Fen
BL
ED

Pit To be replaced by Septic Tank

nda cing
ST

and Absorption Pit


OR
E

ry W (4.0
140 (0.92 igh)
W
GE C
NT

all
71m m H
S
TO

Kerb
DISA ILET
BL

)+
ED

m
MAI

igh
N HA W
LA C
m

mH
LL DIES

54m m H
306 (0.92 High)

igh
HA
LL

all .0m
LO
Gate 1.1m Wide
BB BO CH
Y YS AN

)+
W
GING

ary g (4
RM
.

und encin
GI CH
Bo F
AN RLS
GING

Gate 1.1m Wide


RM
.

Tennis Court
Existing Tarmac Area:
MAI
N ST
OR
E

432m 2

)+

Bou
igh
m H h)

nda ncing 71mm


.92
ll (0 m Hig

Fe
ry W (4.0
W a .0
ary g (4 mm

all (0 m Hig
und encin 0654

140
Bo F 3

.92
mH )
igh
Bou

h
nda 74
ry W 570mm

)+
Fenc all (0.6
ing (1 5m H
.8m ig
High h) +
)

EXISTING SITE PLAN

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Site Plan (Existing)
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, 1:350 For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC002 00
Sanitary Appliances & doors Opening to be removed
to be removed/ Blockwall to be and replaced by W7
demolished as per proposed
Openings to be removed layout Openings to be removed
and replaced by W5 and replaced by W3
Legend:

Existing blockwall
Doors to be removed Doors to be removed Doors to be removed &
and replaced by D7 (Qty: 3) and replaced by D5 (Qty: 2) Blockwall to be demolished Openings to be removed New blockwall
and replaced by D3
MAIN STORE
New blockwall 3.00 m. high
Opening to be removed GENTS
and replaced by W6 WC
Doors to be removed CHANGING RM.
BOYS
CHANGING RM.
GIRLS
Openings in Blue require
and replaced by D8 (Qty: 3)
Door to be removed LADIES Door & Blockwall cleaning, servicing & maintenance
Openings filled with
blockworks, complete with WC partitions to be removed
rendering and painting

DISABLED DISABLED Light Partitions & Stage


TOILET TOILET to be demolished
Opening to be removed
and replaced by W7
Blockwall to be demolished
Doors to be removed
Blockwall to be demolished to make space for D3 Door to be Cancelled
Doors to be removed Door to be removed and replaced by D3 Door to be Cancelled
to make space for D4 Openings filled with
and replaced by D4 (Qty: 2) and replaced by D3 HALL LOBBY Openings filled with blockworks, complete with
blockworks, complete with rendering and painting
rendering and painting
Door to be removed Doors to be removed &
and replaced by D6 Blockwall to be demolished
KITCHEN Blockwall to be demolished
& Door to be removed and Door to be Cancelled
replaced by D1 Openings filled with
Door to be Cancelled blockworks, complete with
OFFICE 4 rendering and painting
Door to be removed Openings filled with
blockworks, complete with STORE
and replaced by D3 rendering and painting

Blockwall to be demolished
& Door to be removed and
replaced by D2
MAIN HALL
VERANDA

OFFICE 3

Door to be removed
and replaced by D3
Openings to be removed
and replaced by W4

Blockwall to be demolished
& Door to be removed and
replaced by W2 (Fixed)
Opening to be removed
VERANDA

and replaced by W1
OFFICE 2

Door to be removed
and replaced by D9
COVERED PORCH Openings to be removed
and replaced by W1

Door to be removed Porch to be Demolished


(Columns, Beams and Slab)
and replaced by D9

Part of Blockwall to be demolished Door to be removed


and replaced by D3

OFFICE 1

WATCHMAN
POST

EXISTING/ DEMOLITION PLAN GF


Openings to be removed
and replaced by W4 Blockwall to be demolished

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Existing & Demolition Plan
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, 1:150 For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC003 00
Opening to be removed
and filled with
blockworks, complete with
rendering and painting

Front Elevation Rear Elevation


A C

Opening to be removed Opening to be removed Opening to be removed Opening to be removed


and filled with and filled with and filled with and filled with
blockworks, complete with blockworks, complete with blockworks, complete with blockworks, complete with
rendering and painting rendering and painting rendering and painting rendering and painting

LHS Elevation RHS Elevation


B D

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Existing Elevation Plan
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, 1:175 For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC004 00
Mounting of Fog Light
on fencing

+
98m
m igh)
181 .92m H )
all (0 h
Hig
d a ry W (4.0m ting of
n g
Bou Fencin al Pain ll
tern Wa In dary
n
Bou

ting

r n
Exte
rnal
Pain
al & ry Wall igh) +
Inte ounda H
Mounting of Fog Light
on fencing
LEGEND
.65m Removal of invasive vegetation on
of B all (0 High)

Bou Fencin l & Ex all


Bo Int
ry W (1.8m brick paving using herbicide un e
nda da Bou rna

nda
g
Bou Fencin 065mm Fe ry W nda l Pai

ry W g (4.0m rnal Pa
24 nc a ry nt

Inte oundary

270 .92m h)
i
Pit

of B
ing ll (
0 W ng

all (0
49 (1.8 .50m all of
M.H

48m
na
Existing gate to be restored 56 m

m
- Removal of rust 0m H Hig
m igh h)

Hig
te
- Painting ) +

Hig
W

h) +
Gate 5.1m Wide
Multipurpose Pitch

Peta ea: 45m


intin
Soakaway

0mm

Ar
g
Existing Tarmac Area:

nque
ting

230
nal
Pain
493m 2

Pitch2
Bou
xter
& E Wall High) +

nda cing (4 8mm


l

Inte oundary High)


0mm
rn a y - Painting of Asphalt

of B ll (0.92m igh)
Inte oundar (0.65m igh)

Fen 2704
ry W

rn
- Line Markings to be done

230
of B y Wall 1.8m H -Removal of invasive

al &
Brick Paving

a
r ( vegetation using herbicide
nda ing 5mm

Exte all
Bou Fenc 1237 - Laying of Rocksand (0-4)

.0m

W
rnal
followed by compaction

P
ainti
+

n
Drainage

g
Existing Tarmac
mm

Mounting of Fog Light


2300

651m 2
2300 on fencing
g
ting
m m intin
Pain al Pa

a l
xter
nal
& E Wall 5m H )
igh
)+
Existing gate to be restored
- Removal of rust
- Painting
a l
xtern
& E Wall
Intern undary ll (0.92m igh)
H igh)
+ Removal of invasive vegetation on
brick paving using herbicide
Green Space
rn y .6 h o
Inte oundar Wall (0 m Hig f B W a m H
o dary (4.0
of B ary ( 1 .8
Bou
n cing m
nd cin
g 2m m Fen 18198m
Bou Fen 2002 l Fa
Wal

Tarmac Paving
ce

C
B

ce
l Fa
VE
RAN
Mounting of Fog Light

Wal
DA

A
ce
on fencing

l Fa
Mounting of Fog Light

Wal
Wal
l Fa
ce
on fencing
D

DB
Blockwall

Bou Fen terna


Inte ound
of B
Pit Removal of invasive vegetation on

nda cing l Pa
rna ary
brick paving using herbicide

l & Wa

ry
140 (0.92 High)
Wa 4.0m ing
Ex ll
W
W GEN C

71m m H
LA C TS

ll
DIE

Kerb
S

(
)+

m
m igh
54m m H ing
306 (0.92 High) l Paint

int

igh
Gate 1.1m Wide
a ll n a
W (4.0 xter
m

+ )
r y E l
a g
und encin rnal & ry W
al
Bo F nte nda
I o u
Gate 1.1m Wide of B
Existing gate to be restored
- Removal of rust Tennis Court Mounting of Fog Light
on fencing
- Painting
Existing Tarmac Area:
432m 2
- Painting of Asphalt
- Line Markings to be done

Mounting of Fog Light


on fencing

)+

Bou
h

Inte ounda 0.92m h)


ing Hig

of B Wall ( .0m Hig


aint all

nda ncing 71mm


2m h)

rnal ry W Hig
al P ary W all (0.9 m Hig

Fe
ry
e r n
Int ound ary W g (4.0 m

& E all
of B und ncin 654m

xter
140
Bo Fe

(4
30

nal
Pain
Bou

ting
nda 74

h) +
ry W 570mm Removal of invasive vegetation using
a
Intern Fencin ll (0.65m herbicide
a l g (1 Hig
of B & .8
ound Extern m High) h) +
ary
Wall al P
ainti
ng
Mounting of Fog Light
on fencing

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Site Plan B (Proposed Development)
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, 1:300 For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC005 00
Legend:

Existing blockwall

New blockwall
MESS/
KITCHEN OFFICE STORE
New blockwall 3.00 m. high
GENTS
WC
Openings in Blue require
LADIES
DISABLED WC cleaning, servicing & maintenance
TOILET

OFFICE OFFICE MAIN HALL

VERANDA

OFFICE

VERANDA

Alucobond
Cladding

CONFERENCE/
TRAINING ROOM

WATCHMAN
POST

PROPOSED LAYOUT

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Proposed Layout
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, 1:150 For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC006 00
Alucobond Cladding

Front Elevation Rear Elevation


A C

LHS Elevation RHS Elevation


B D

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Proposed Elevation Plan
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, 1:175 For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC007 00
3575
3325 900 1800 725 800
1000 1000

818.75 818.75 818.75 818.75


756.25 756.25 756.25 756.25

2400
2100

2100

2100

2100

2100

2100

2100
D1 Aluminium Door (Sliding) 1 No. D2 Aluminium Door (Sliding) 1 No. D3 Aluminium Door 8 Nos. D4 Aluminium Door 3 Nos. D5 Aluminium Door 1 No. D6 Aluminium Door 1 No. D7 Aluminium Door 3 Nos. D8 Aluminium Door 3 Nos.

1500 1330
1580
750 750 665 665 2450 1980
800
1800 3640

450

450

600
1350

1350
715 715
847.5 847.5 847.5 847.5
2550
2100

2100

D9 Aluminium Door 2 Nos. W1 Aluminium Door (Sliding) 3 Nos. W2 Fixed Opening 1 No. W3 Aluminium Window 2 Nos. W4 Aluminium Window 8 Nos. W5 Aluminium Window 3 Nos. W6 Aluminium Window 1 No. W7 Aluminium Window 2 Nos.

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Schedule of Openings
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, As Shown For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC008 00
76 610 76
305 x 203 PRECAST
102 102 CAST IRON OR CONCRETE KERB ON
PRECAST COVERS BLINDING
G.L

200
559

100
102mm OR 152MM C.I
OR PVC INLET 102mm OR 152mm

203
C.I OR PVC OUTLET
EQUAL EQUAL EQUAL EQUAL EQUAL EQUAL

75

25
102mm OR 152mm C.I

305
OR PVC BEND OR TEE

356
WATER LEVEL 102mm OR 152mm C.I
1219
1619

OR PVC BEND OR TEE

IF TEE IS USED TOP IF TEE IS USED TOP

1016
TO BE BLOCKED UP TO BE BLOCKED UP
WITH SCREWED PLATE BAFFLE WALL WITH SCREWED PLATE

127

330
76MM THK

25mm

533
WATERPROOF

254
SCREED FILET (102mm)
200

50mm BLINDING LAYER

152mm HARDCORE

76 610 76
102 102
G.L

200
200

200
559

DISTANCE TO
NEAREST MANHOLE ABSORPTION PIT
MINIMUM 1200 MINIMUM 1800
200
200

1219
838

1619
25mm
1238

WATERPROOF

838
838

SCREED

330
127
25mm
WATERPROOF
SCREED
200 25mm
200 615 75 1500 75 1000 waterproof
screed
102mm filet

200
200

200

1238
3115

400 Galons Septic tank

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Septic Tank Details
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, As Shown For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC009 00
Metal cover Galva. steel bend 50mm
Ventilation pipe

GROUND LEVEL GROUND LEVEL

WATER LEVEL
INLET OUTLET

A A

Water bar

50mm BLINDING LAYER

HARDCORE FILLING

GROUND LEVEL
NOTES:
1. 25 mm render ( waterproof) internally to floor & walls. SEPTIC TANK SIZES Extracted from Original MPI DRWG Absorption pit

2. External walls to be reinforced concrete blockwall WATER LEVEL


Type of Rating Capacity Nos of
LS'
Length
LS''
Length
LE
Length
W
Width
D
Depth
A F
Minimum Baffle Air
G
Inlet
I
Inlet
O
Outlet No of. Height below Diameter
with void infill with 25 N grade B Concrete + 1 no Y8. Builidings GPHPD in Gals. Persons Sludge Sludge Effluent Airspace Clearance Opening Inlet

3.Absorption pit sized on a 10 gallons absorption 1 Dwelling 30 400 1-10 535 990 762 762 1015 200 255 535 305 355 1 1525 1220

per sq.ft day rate .Sizes must be revised if site conditions 2 Houses 25 500 11-50 610 1065 840 840 1065 250 255 550 305 355 1 1980 1220
indicate that the rate of absorption is less than above. 3 Institution 20 1000 51-100 840 1700 1120 1120 1220 305 305 610 355 405 1 2440 1525
4.No manhole to be sited less than 1220 mm 4 Hospital 20 2000 101-150 990 2050 1525 1525 1220 305 305 610 355 405 2 3350 1830
from inlet side of tank.
WATERPROOF 5 20 3000 101-150 1145 2565 1830 1830 1375 305 305 660 355 405 2 3960 2135
5.When tees are used for inlet & outlet, top should be sealed. SCREED Hostel
6 20 4000 151-200 1295 2665 1980 1980 1525 305 305 710 355 405 2 3960 2440
6.Each chamber to have one access manhole in cover slab. 25mm TANK
7 10 1000 51-100 840 1700 1120 1120 1220 305 305 610 355 405 2 2440 1525
Water bar
8 School 10 1500 101-150 840 1905 1375 1375 1220 305 305 610 355 405 2 2970 1830
Type 1 to be used. 9
&
10 2000 151-200 990 2055 1525 1525 1220 305 305 610 355 405 2 3255 1865
50mm BLINDING LAYER Industrial Bldgs

Cover to Wall=15mm 10 10 2500 201-250 1065 2285 1675 1675 1295 305 305 660 355 405 2 3200 2135
Special
Cover to Slab 15mm top & bottom 11 Health Centre Case
300 50 455 760 610 610 1015 200 255 535 305 355 1 1220 1115
HARDCORE FILLING
Concrete to be of Grade 25

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Septic Tank Reinforcement Details
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, As Shown For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC010 00
Absorption Pit Details
End cap
Wall Face A Kerb K1
Single size aggregate 20mm
500mm overlap
Wall Face D

Wall Face B
Rock size
Absorption Pit 40mm - 100mm
21.35m² Total Wall Kerb K1
Surface GROUND LEV.
Depth 3.5m 150

Wall Face C
OUTLET
Wall Face A = (1.55 x 3.5) m = 5.425m²
Wall Face B = (1.50 x 3.5) m = 5.25m²
102mm OR 152mm
Wall Face C = (1.55 x 3.5) m = 5.425m² C.I OR PVC OUTLET
Wall Face D = (1.50 x 3.5) m = 5.25m² Pipe Extended 200mm inside Abs. Pit
TOTAL WALL FACE AREA = 21.35m² wrapped with Geotextile
Ø250 UPVC
Perforated

Fibertex F-550M
SA or equivalent

Boulders placed to give


maximum void
size not to exceed 300mm

ABSORPTION PIT
Rev Date Made By Checked By App By
First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Absorption Pit Details
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, As Shown For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC011 00
Out going
Incoming Metal 600x450 light duty 50X25X5mm THK
drain frame cast iron cover 5 20 5 20 5 GRATTING MADE OUT OF
GALVANISED ANGLE FRAME
20X5mm FLAT BAR
150mmØ

20
metal frame

25
fixed in the RAIN WATER PIPE
150mm precast 5mm THICK
WORKSHOP METAL CLIP (SCREWED)
concrete slab 600x450 light duty STAINLESS STEEL FRAME
cast iron cover 25 25
FISH TAIL AT INTERNAL
OF 750mm
Incoming GRATING
drain
PARKING LEVEL
concrete
Concrete
element
element
CONCRETE
600x450 light duty
cast iron cover
Metal
frame Concrete POLYTHENE SHEETING
element
fish tail
welded CRUSHER RUN
DETAIL X Main drain Fish tail to frame
channel
150mm Ø
Incoming To DRAIN PIPE
Smooth
cement (1:1) drain
finish CRUSHER RUN
flow flow
TO ENGINEER SPECIFICATION 25 50
incoming +150
drain
±000
Scale 1/5
{ Scale 1/2 }
Mass concrete Mass concrete
benching 150mm thick

Scale 1/25
NOTE:the cover and frame is made up with cast iron
METAL CLIP (SCREWED) FISH TAIL AT INTERNAL OF 750mm
5 mm THICK
STEEL FRAME
ANGLE BAR

25

377
ANGLE BAR

50
50X50X3
50X50X3
(3000 HEIGHT)

50
450
300

300
Concrete Block Lifting Ring

150mm
Ø RWP
Earth filling

25 50
Blinding Concrete 50

375
600

FISH TAIL AT 750mm


Depth & Size of Pipe 25mm Macadam
According to Conditions
Small Rocks 25 50 300 50 25 { Scale 1/2 }

75 300 75
1830

Big Rocks

300 1524 300

SOAK AWAY IN GOOD GROUND,


SELF SUPPORTING & ROKY GROUND

Rev Date Made By Checked By App By


First Issue DRAUGHTSMAN : CLIENT : PROJECT : DRAWING TITLE:
00 28.10.2023 ADI M.B M.B Water Disposal Details
Academy of Design National Youth Upgrading of Youth Centre
at Pamplemousses
& Innovation Council SCALE: DRAWING STATUS:
Block A, Mezzanine, Citadelle Mall, As Shown For Tender
MITD Complex Corner Louis Pasteur & Sir Virgil Naz Streets,
Ebene, Reduit Port-Louis
Telephone: (230) 467 6277 Telephone: (230) 2061784 PLEASE DO NOT SCALE- DRAWING NO.: REVISION
Fax: (230) 466 4105 email: : [email protected]
USE FIGURED DIMENSIONS ONLY PA/P3/NYC012 00

You might also like