0% found this document useful (0 votes)
27 views16 pages

Specifications 96

This document describes the technical specifications for the replacement of the elevators and the freight lift in the BCEAO headquarters tower. It includes three lots: replacement of the quadruplex elevators, replacement of the simplex elevator, and replacement of the freight lift. The document outlines the existing installations and the new technical specifications required.
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)
27 views16 pages

Specifications 96

This document describes the technical specifications for the replacement of the elevators and the freight lift in the BCEAO headquarters tower. It includes three lots: replacement of the quadruplex elevators, replacement of the simplex elevator, and replacement of the freight lift. The document outlines the existing installations and the new technical specifications required.
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/ 16

General Directorate of Administration and Human Resources

Heritage and Security Department


Maintenance Service

REPLACEMENT OF THE ELEVATORS OF THE BCEAO HEADQUARTERS TOWER

TECHNICAL SPECIFICATIONS NOTEBOOK

JUNE 2020

Avenue Abdoulaye FADIGA (221) 33 839 05 00


BP 3108 - Dakar - Senegal www.bceao.int
2

1. OBJECT

The purpose of this specification document is to define the technical requirements for the
replacement of the elevator installations at the BCEAO Headquarters Tower.
services are made up of three distinct lots below with base offers and
variants:

– Lot 1:

✔ Base offer: Replacement of the elevators in the quadruplex;

✔ Alternative offer: renovation of the existing elevators of the quadruplex

– Lot 2 :

✔ Base offer: Replacement of the simplex elevator;

✔ Alternative offer: renovation of the simplex elevator;

– Lot 3 :

✔ replacement of the freight elevator;

✔ renovation of the freight elevator.

2) DESCRIPTION OF EXISTING FACILITIES

The existing facilities consist of the following equipment:

a. Elevators:

– Name 4
– Brand OTIS
– Type MCS 321 M
– payload 1350 kg / 18 people;
– traction motor variable speed electric, brand OTIS of a
power of 32 KW 86A, at 380 V;
– Winches brand OTIS;
– maneuver Selective (up/down);
– number of levels 21
– course 66 meters (for reference);
– speed 2.5 m/s ;
– door operator motor: AC and variable frequency;
– cabine doors 1100 mm at central opening;
– Cabin 1520 mm
– Gain width: 2220 mm - length: 2610 mm.
– Depression bottom 2420 mm

b. Load mount:

– Name 1
– Brand OTIS
– Type MCS 220 M
– payload 1000 kg / 13 people;
– traction motor variable speed electric elevator of the OTIS brand
power of 15 KW 35 A, at 380 V;
3

– maneuver complete collective (ascent/descent);


– number of levels 21
– course 66 meters (for reference);
– speed 1.6 m/s
– door operator motor: alternating current and frequency variation;
– cabine doors 900 mm with lateral opening;
– Cabin 1400 mm
– Gain 2160m
– Basin bottom 1770 mm

c. Private elevator

– Name 1
– Brand OTIS
– payload 750 kg / 10 people;
– traction motor variable speed electric, brand OTIS of a
power of 32 KW 86A, at 380 V;
– Winches brand OTIS;
– maneuver complete collective (ascent/descent);
– number of levels 21
– course 66 meters (for information only);
– speed 2.5 m/s
– door operator motor: alternating current and variable frequency;

– cabin doors 850 mm at central opening.

– Cabin 0.1370 mm

– Gain 1870 m

– Basin floor 2500 mm

The machines, of the electric traction type, are located in a technical room at
on top of the ducts.

These elevators and lifts are connected to the Fire Safety System (SSI) of
building in such a way as to prohibit the stopping of their cabins at the levels subject to detection
fire (non-stop elevator system).

3) DESCRIPTION OF SERVICES

3.1°) Basic offer

The proposed works concern:

– the removal and disposal of all existing equipment (traction machinery,


armoires de manœuvre, cabines, contrepoids, guides, câbles de traction, portes palières,
pit bottom equipment, cabling, etc.) ;

– the replacement of removed elevators with new elevators, compliant with


standards referred to in point 4 below, with equivalent minimum dimensions and characteristics
to those described above;

– the replacement of the pit equipment (cabin dampers and


counterweights, safety equipment, etc.) ;
4

– the replacement of the guides (cabin and counterweights);

– the replacement of the landing doors;

– the supply and installation of a fire alarm device on all elevators;

– the relocation of the elevators and the alarm in the Central Fire Station room
(PCI) located on the ground floor of the building;

– the implementation of a "non-stop elevator" system on all devices;

– the functional tests and the commissioning;

– the provision of the complete documentation of the elevators in the French language and plans
installation of equipment in four (4) copies.

3.2°) Alternative offer

The plan includes the renovation of existing facilities with the replacement of
the motorization, the equipment at the bottom of the pit, all the worn parts in the casing and in
cabin as well as the cabin cladding.

Option

It will be offered as an option, in the basic offer and the variant:

– the supply and installation of a lift supervision system to be installed at


Building PCI (computer + supervision software);

– the supply of essential spare parts (list to be specified)

– the proposal of a maintenance contract, including the provision on site of two


2 permanent technicians and the annual expertise of the installations by an expert
manufacturer of devices.

Note: the verification of the compliance of the equipment and the work will be carried out by an office
technical control, at the expense of the BCEAO.

Considering the need to ensure the continuity of the Bank's activities, the
companies must necessarily include an explanatory note with their offers
methodology for carrying out the work in order to ensure the proper flow of
occupants in the building during weekdays.

4) STANDARDS AND REGULATIONS

The work will be delivered in accordance with the current standards and regulations regarding the
lifts intended for the transport of personnel, notably those mentioned hereafter:

– Order of December 30, 2011 establishing safety regulations for construction


high-rise buildings and their protection against the risks of fire and panic;

– Standard NF 81-80: rules for improving the safety of elevators and


existing freight elevators;

– EN 81 - 20 standard: safety rules for the construction and installation of elevators


and freight elevators;

– EN 294 Standard: Machine Safety;

– NF P 82-201 Standard: Electric or controlled elevators and hoists


Electrically General rules for construction and installation concerning the
security

– Standard NF P 82-207: Elevators - Priority call device for firefighters


firefighters
5

– Standard NF P 82-208: Installation of elevators - Classes I, II, and III;

– NF P 82-211 Standards: Safety rules for the construction and installation of


electric elevators in existing buildings;

– Standard NF P 82-212: Elevators and freight elevators - Safety rules for the
construction and installation of electric elevators - Applicable provisions in the
cases of important transformations;

– NFC 15-100 standards: low voltage electrical installations.

5) DETAILED TECHNICAL DESCRIPTION

5.1 MACHINERY

5.1.1 Lifting machine

The lifting machines will be replaced in the basic offer and in the variant. They will be
of embedded type, in sheath or to be installed in a technical room (The motor will be of the type without
reducer, compact, requiring no lubrication that is to say with sealed bearings. It
frequency variable drive with high energy efficiency (permanent magnets)
embedded in the mass) allowing for a reduction in electrical consumption. The efficiency
The energy efficiency of the proposed equipment will be decisive in the choice of an offer.

The design of the regulation system must ensure gentle movement and
without jerks. The leveling system implemented must ensure a stop accuracy of ±3.
mm.

For machines installed in shafts, traditional traction cables will be replaced by


flat belts or any equivalent system to provide better grip, an increase
great travel comfort, a lack of lubrication, and greater longevity.

5.1.2 Maneuver Controller

The new maneuvering controller must be high performance integrating a


advanced technology that optimizes the flow of data between different components for more
of efficiency and responsiveness.

The interaction of this system with frequency variation and motorization must ensure a
Reliable and safe transport of users through acceleration and deceleration phases.
flexible, as well as reduced maintenance and energy consumption.

The operation will be of a complete collective maneuver type (ascent and descent) for the
The freight lift and the private elevator are of the complete selective type (up and down) for the
quadruplex.

The landing calls will consist of boxes with two (2) buttons (up and down) located
next to the cabin landing doors on each floor. The elevators must not
Do not answer tier calls as soon as their internal capacity reaches or exceeds 85%.
useful load. The doors must remain open when this capacity reaches 100% of the
payload.

5.1.3 Speed limiter

The current speed limiter of the brand OTIS will need to be replaced by another robust system.
with nominal speeds and appropriate switching speeds in relation to the speed of
the elevator. It will be equipped with a cable and a protective cover.

5.1.4 Electrical protections

The electrical protection cabinets (DTU) will be renovated to adapt them to


features of the new equipment (different equipment of elevators, lighting
cables and cabinets, power outlets in the pit bottoms and on the roofs of
cabins, etc.).
6

5.2 DUCT EQUIPMENT

5.2.1 Guides and counterweights

The cabin and counterweight guides as well as the existing counterweights will be replaced.
in the basic offer. They will be maintained and their wear parts as well as the cables of
counterweights will be replaced in the variant

5.2.2 Shock Absorbers

The existing shock absorbers of the cabins and counterweights as well as their electrical contacts
Security equipment is to be replaced by new equipment, in the base offer and the variant.

5.3 EQUIPMENT OF THE LANDINGS

5.3.1 Hoist doors

The existing landing doors must be replaced in the basic offer and kept in
the variant. The skates, the rollers, the training counter-rollers, the cables, the contacts
safety electrical components, all wear parts of the landing doors will be replaced in the
variant.

5.3.2 Threshold calls and signals

The call box casings are to be replaced in the basic offer and the variant. The new ones
equipment must be made of stainless, durable, and vandal-resistant material. Installed at
Each floor will be equipped with indicators that light up at each call to indicate it.
programming. A position indicator, a directional arrow (up and down) and a
Sonorous double melody bells are to be expected in each cabin and at each landing.
served. A 'priority call button' will be installed on the ground floor and in the mezzanine.
firefighters » for the quadplex, the simplex elevator and the freight elevator. The bidder
can propose other innovative devices to optimize traffic in the building.
In this regard, all related documentation will be attached to the offer.

5.4 CABIN

In the basic offer, the new cabins must have the same dimensions as the
existing, except for the freight elevator for which the provider will propose a cabin of
larger dimension taking into account the dimensions of the duct. In the variant, the
Cabins will be retained, however, the interior cladding, control panels and
Signaling as well as all wear parts will be replaced.

5.4.1 Roofs of the cabins

The bidders will propose the replacement of door operators and enclosures.
electrical connection in the base offer and the variant. Fixed and rigid guardrails on
The roofs of the cabins will be replaced in the base offer and retained in the variant.

5.4.2 Cabin furnishings and lighting

The interior fittings of the quadruplex and simplex cabins need to be redone with panels.
high pressure laminate for the walls and marble for the floor preferably or any other
material to be specified. In this regard, the bidders must propose to the BCEAO the best
dressing available in their range. As for the freight elevator, a dressing will be offered.
robust, shock-resistant, suitable for this type of lifting device. In any case, the
The final choice of the type and color of the cabin coverings will be made by the Bank. It will be
expected, inside the cabins, normal and safety lighting based on lamp type
LED.
7

5.4.3 Cabin control panel

The control panels of each cabin will be equipped with at least:

– ergonomic touch-type illuminated cabin send buttons;

– manual control buttons (opening and closing) for the doors;

– of an alarm button;

– of an overload cabin light and sound signaling;

– for a command for ventilation or air extraction inside the cabin (switch
by remote control or with a key) ;

– from a key lock for sending priority from the cabin;

– of a luminous display showing the position of the cabin;

– of a luminous arrow indicating the direction of the cabin;

– of an overload indicator with buzzer;

– of an intercom connecting the cabin to the Central Fire Station (PCI), located on the ground floor of
The building. The power supply of the systems must include a backup device.
allowing the intercom to function even in case of interruption
the power supply of the elevator;

– an identification number (A, B, C, or D) for the quadruplex cabins;

– of a maximum load indicator (weight in kg and number of people);

– a visible no smoking pictogram.

5.4.4 DISPLAY

In accordance with the standards, all plates, signs, and instructions must be provided.
necessary maneuvers for the safety of individuals. This includes:

In the cabin:

– of the indication of the normal load, the number of authorized persons and the supplier;

– buttons in conventional colors (yellow for the alarm, etc);

– the user manual of the intercom.

On the roof:

– of the stop device indication "stop";

– from the signaling of the switch for the inspection maneuver


"normal" and "inspection";

– indication of the direction of travel near the inspection buttons.

On the speed limiter: indicator plate with the manufacturer's name, the speed
maximum triggering, of the type and references.

In the basin: indication of the 'stop' stopping device.

On the shock absorbers: indicator plate with the name of the manufacturer, type, and references.

On electrical circuits and equipment: electrical identification of the material in relation to


to the diagram.
8

Various: maneuvering instructions and unlocking key for elevator doors.

5.5 SECURITY AND ALARM DEVICES

All security and alarm devices must be provided, in accordance with the
current regulations notably:

– the immobilization parachute of each cabin on its guides in case of cable breakage
or excessive speed;

– the door closing control system with a lockout of the startup if


a cabin or shaft door is open;

– the door opening control device preventing the opening of the front doors
the stop at the selected floor landing;

– the obstacle detection system for door closing;

– a detection system on the leading edge of the cabin doors that will create an area
of detection over the entire height of the door and will immediately cause the door to stop,
if an obstacle is detected;

– a slow-closing door system, without detector operation, if


the closure of the said door is prevented for a predetermined time. The closure
the force will be applied at reduced speed with sound amplification;

– a charge controller that will prevent the device from starting and keep the doors closed
open position at the level in case of cabin overload;

– a security lighting system for the cabins, made up of autonomous blocks equipped with batteries
and having a battery life of 2 hours;

– the speed limit at the top of the shaft for the safety of maintenance technicians;

– a device allowing to bring the cabin to the nearest landing in case of a stop in between
two levels or in case of absence of sector;

– the electrical safety equipment for limit switches and stops at both ends;

– the alarm systems and intercoms allowing the user, in case of an anomaly or
malfunction, to report and communicate with the Central Fire Station (PCI)
located on the ground floor of the building. The intercoms must be centralized on a box.
installed at the PCI;

– the installation at the bottom of the pit of an emergency stop button and a power outlet
watertight allowing maintenance technicians to intervene safely at the level
from each cabin.

5.6 Audio system

The existing sound system, installed in the machinery room, will need to be distributed throughout all
the quadruplex and simplex booths. The sound will be distributed in the booths using the
speakers to be embedded in the ceilings of the cabins.

5.7 OPTION

The bidder will propose an option:

5.7.1 Supervision System

A monitoring system for devices that allows for viewing their movement,
the position of the cabins as well as their doors, the cabin and landing calls and the whole of
events must be proposed.
9

5.6.4 Maintenance and upkeep contract for installations

A contract will be offered for the maintenance, upkeep, and operation of the facilities at
during the warranty period and after this period. This contract must provide, in addition to the
recommended maintenance operations by the manufacturer of the devices, on-site availability
two technicians on duty and the annual inspection of the installations by an expert
manufacturer of devices.
10

LOT 1: BASE OFFER - FRAMEWORK FOR QUANTITATIVE AND ESTIMATIVE QUOTATION FOR THE
REPLACEMENT OF THE QUADRUPLEX

No. DESIGNATION U QTE P.U P.T


1 Supply of traction machine (characteristics to be determined) 4
Supply of complete cabins including control panel, 4
2 cabin doors equipped with infrared detectors, door operator,
parachute etc.
3 Supply of counterweights and counterweight cables
Supply of a 20-level control maneuver for maneuvering 4
4
collective ascent descent
5 Supply of landing doors 80
6 Supply of cabin guides and counterweights
Supply of rollers, pads, counter-rollers for training and contacts of
7
safety of opening and closing the landing doors
8 Supply of traction cables
9 Supply of speed limiter (cable and mechanism) 4
10 Supply of flexible cables 4
11 Supply of cabin sliders and counterweights
12 Supply of a duct and safety lighting system
Supply of landing call buttons, bells, and position indicators
13 direction of movement

Supply of various security organs (indicator reports and alarms,


14
etc.)
Supply of electrical protection boxes for equipment of
15
elevators
16 Provision of a fire alarm system
Supply of a system for reporting the position of the elevators in the room
17 from the Central Fire Station (PCI) located on the ground floor of the building

Supply of an intercom system between the cabins and the control room
18 Fire Safety Central (PCI) located on the ground floor of the building

Supply and installation of a sound system in each


19
cabin:
20 Supply of a "non-stop elevator" system
Supply of equipment for the pit (cabin shock absorbers and
21 counterweights, safety contacts, emergency stop button, sockets
current
Supply of various installation accessories, testing and commissioning (list,
22 ens
quantity and unit price to be specified
Supply of cabin cladding and various equipment including
23 the lighting (normal and emergency) and the mirror

24 Recovery of deposited equipment (loss in value) ens


Labor for the removal of equipment to be replaced, the execution
25 of the work, the tests, the adjustments and the commissioning of the new
installations
26Options
Supply of a supervision system for the four devices, to be installed at
27
Building PCI
Proposal for a maintenance contract, including the provision on
28
site of two (2) permanent technicians.
29 Supply of spare parts lot (list to be provided)
TOTAL
11

LOT 1: ALTERNATIVE OFFER - FRAMEWORK OF QUANTITATIVE AND ESTIMATIVE BILLING FOR THE
RENOVATION OF THE QUADRUPLEX

No. DESIGNATION U QTE P.U P.T


Basic offer
1 Supply of a traction machine (characteristics to be determined) 4
Supply of a 20-level control unit for maneuvering 4
2
collective ascent descent
3 Supply of traction cables
4 Supply of speed limiter (cable and mechanism) 4
Supply of a door operator with variable frequency motor, 4
5
accessories and junction boxes on cabin roof
Supply of infrared obstacle detectors along the entire length of 4
6
cabin doors
7 Supply of control panel equipped in cabin 4
8 Supply of flexible cables 4
9 Supply of cabin slide rails and counterweights
10 Supply of shaft and safety lighting
Supply of rollers, sliders, training counter-rollers and
11
safety contacts for opening and closing landing doors
Supply of landing call buttons, bells, and position indicators
12 and direction of movement

Supply of various security organs (indicator reports and


13
alarms, etc..
Supply of electrical protection boxes for equipment
14
elevators
Thorough inspection and maintenance of cabins, landing doors,
15 cabin guides and counterweights, parachute mechanisms and ens
of all the preserved equipment
16 Provision of a firefighters' call device
Supply of a device for reporting the position of the elevators to
17 local of the Central Fire Station (PCI) located on the ground floor of
building
Supply of an intercom system between the cabins and the room
18
Central Fire Station (CFS) located on the ground floor of the building
Supply and installation of a sound system in each
19
cabin
20 Supply of a 'non-stop elevator' system
21 Supply of cabin shock absorbers and counterweights
Supply of various installation accessories, testing and commissioning
22 ens
(list, quantity and unit price to be specified)
Supply of materials for the refurbishment of cabins and various items
23
equipment including lighting (normal and emergency) and the mirror
24 Return of deposited equipment (Loss in value) ens
Labor for the removal of the equipment to be replaced, the
25 completion of work, tests, adjustments and commissioning
new facilities
26Options
Supply and installation of a supervision system for the four
27 devices, to be installed in the PCI of the Building

Proposal for a maintenance contract, including the provision on the


29
site of two (2) permanent technicians for all devices.
29 Lot of spare parts (list to be provided)
TOTAL
12

LOT 2: BASE OFFER - FRAMEWORK FOR QUANTITATIVE AND ESTIMATIVE QUOTATIONS FOR THE
REPLACEMENT OF THE SIMPLEX ELEVATOR
No. DESIGNATION U QTE P.U P.T
1 Supply of traction machine (characteristics to be determined) 1
Supply of a complete cabin including control panel, 1
2 cabin doors equipped with infrared detectors, door operator,
parachute etc.
3 Supply of counterweights and counterweight cables
Supply of a 20-level control maneuver for operation 1
4
collective rise fall
5 Supply of landing doors 20
6 Supply of cabin guides and counterweights
Supply of rollers, pads, training counter-rollers and contacts of
7
security of opening and closing of landing doors
8 Supply of traction cables
9 Supply of speed limiter (cable and mechanism) 1
10 Supply of flexible cables 1
11 Supply of cabin sliders and counterweights
12 Supply of a shaft and security lighting system
Supply of landing call buttons, bells, and position indicators
13
and the sense of march
Supply of various security devices (indicator reports and alarms,
14
etc..)
Supply of electrical protection boxes for equipment
15
elevators
16 Provision of a firefighter call device
Supply of a system for reporting the elevator's position to the room of
17
Fire Central Post (PCI) located on the ground floor of the building
Supply of an intercom system between the cabin and the control room
18
Central Fire (PCI) located on the ground floor of the building
19 Supply and installation of a sound system in the cabin:
20 Supply of a "non-stop elevator" system
Supply of equipment at the bottom of the pit (cabin shock absorbers and
21 counterweights, safety contacts, emergency stop button, sockets
current)
Supply of various installation accessories, testing, and commissioning (list,
22 ens
quantity and unit price to be specified
Supply of a cabin cover and various equipment including
23 the lighting (normal and emergency) and the mirror

24 Recovery of deposited equipment (loss in value) ens


Labor for the removal of equipment to be replaced, the execution
25 of the work, the tests, the adjustments and the commissioning of the new
installations
26 Options
Supply of a monitoring system for the four devices, to be installed at
27 Building Construction Industry

Proposal for a maintenance contract, including the provision on the


28
site of two (2) permanent technicians.
29 Supply of a batch of spare parts (list to be provided)
TOTAL
13

LOT 2: ALTERNATIVE OFFER - FRAME OF QUANTITATIVE AND ESTIMATIVE ESTIMATE FOR THE
RENOVATION OF THE SIMPLEX

No. DESIGNATION U QTE P.U P.T.


Basic offer
1 Supply of a traction machine (characteristics to be determined) 1
Supply of a 20-level control device for maneuvering 1
2
collective rise fall
3 Supply of traction cables
4 Supply of speed limiter (cable and mechanism) 1
Supply of a motorized door operator with variable frequency drive, 1
5
accessories and junction boxes on cabin roof
Supply of obstacle infrared detectors along the entire length of 1
6
cabin doors
7 Supply of control panel equipped in cabin 1
8 Supply of flexible cables 1
9 Supply of cabin sliders and counterweights
10 Provision of duct and safety lighting
Supply of pebbles, pads, training counter-pebbles and
11
safety contacts for opening and closing landing doors
Supply of landing call buttons, bells, and position indicators
12 and direction of movement

Supply of various security organs (indicator reports and


13
alarms, etc..)
Supply of electrical enclosures for equipment protection
14
elevators
Thorough inspection and maintenance of the cabin, landing doors,
15 of the cabin and counterweight guides, parachute mechanisms and ens
all the retained equipment
16 Provision of a firefighter call device
Supply of a device to report the elevator's position to the room
17 from the Central Fire Station (PCI) located on the ground floor of the building

Supply of an intercom system between the cabin and the room of


18
Central Fire Station (CFS) located on the ground floor of the building
19 Supply and installation of a sound system in the cabin:
20 Supply of a "non-stop elevator" system
21 Supply of cabin shock absorbers and counterweights
Supply of various installation accessories, testing and commissioning
22 ens
(list, quantity and unit price to specify)
Supply of elements for the refurbishment of the cabin and various
23
equipment including lighting (normal and emergency) and the mirror
24 Recovery of deposited equipment (Decrease in value) ens
Labor for the removal of the equipment to be replaced,
25 completion of work, tests, adjustments and commissioning
new facilities
26Options
Supply and installation of a supervision system for the four
27
devices to be installed at the building's PCI
Proposal for a maintenance contract, including availability on the
29
site of two (2) permanent technicians for all devices.
29 Lot of spare parts (list to be provided)
TOTAL
14

LOT 3: BASE OFFER - FRAMEWORK FOR QUANTITATIVE AND ESTIMATIVE QUOTATION FOR THE
REPLACEMENT OF THE GOODS LIFT
No. Designation U QTE P.U P.T
1 Supply of traction machine (characteristics to be determined) 1
Supply of a complete cabin including control panel, 1
2 cabin doors equipped with infrared detectors, door operator,
parachute etc.
3 Supply of counterweights and counterweight cables
Supply of a 20-level control unit for operation 1
4
collective ascent descent
5 Supply of landing doors 20
6 Supply of cabin guides and counterweights
Supply of rollers, pads, counter-training rollers, and contacts of
7
safety of opening and closing of landing doors
8 Supply of traction cables
9 Supply of speed limiter (cable and mechanism) 1
10 Supply of flexible cables 1
11 Supply of cabin sliders and counterweights
12 Supply of a shaft and security lighting system
Supply of landing call buttons, bells, and position indicators
13
and direction of march
Supply of various security devices (indicator reports and alarms,
14
etc..
Supply of protective electrical enclosures for equipment
15
elevators
16 Supply of a fire alarm device
Supply of a system for reporting the elevator position to the room of
17
Central Fire Station (CFS) located on the ground floor of the building
Supply of an intercom system between the cabin and the control room
18
Central Fire (PCI) located on the ground floor of the building
19 Supply of a "non-stop elevator" system
Supply of equipment in the pit (cabin shock absorbers and
20 counterweights, safety contacts, emergency stop button, sockets
current)
Supply of various installation accessories, testing and commissioning (list,
21 ens
quantity and unit price to be specified
Supply of cabin cladding and various equipment including
22 the lighting (normal and emergency) and the mirror

23 Return of deposited equipment (depreciation) ens


Labor for the removal of the equipment to be replaced, the implementation
24 of the work, the tests, the adjustments, and the commissioning of the new
installations
25 Options
Supply of a monitoring system for the four devices, to be installed at
26 Construction Industry Federation

Proposal for a maintenance contract, including the provision on the


27
site of two (2) permanent technicians.
28 Supply of spare parts lot (list to be provided)
TOTAL
15

LOT 3: ALTERNATIVE OFFER - FRAMEWORK FOR QUANTITATIVE AND ESTIMATIVE ESTIMATE FOR THE
RENOVATION OF THE ELEVATOR
No. DESIGNATION U QTE P.U P.T
Basic offer
1 Supply of a traction machine (characteristics to be determined) 1
Supply of a 20-level maneuvering controller for operation 1
2
collective ascent descent
3 Supply of traction cables
4 Supply of speed limiter (cable and mechanism) 1
Supply of a motorized door operator with frequency variation. 1
5
accessories and junction boxes on cabin roof
Supply of infrared obstacle detectors along the entire length of 1
6
cabin doors
7 Supply of control panel equipped in cabin 1
8 Supply of flexible cables 1
9 Supply of cabin sliders and counterweights
10 Provision of shaft and safety lighting
Supply of pebbles, pads, training counter-pebbles and
11
safety contacts for the opening and closing of landing doors
Supply of landing call buttons, bells and position indicators
12 and the direction of movement

Provision of various safety organs (indicator reports and


13
alarms, etc..
Supply of electrical enclosures for the protection of equipment
14
elevators
Thorough inspection and maintenance of the cabin, the landing doors,
15 cabin and counterweight guides, parachute mechanisms, and ens
all the preserved equipment
16 Supply of a fire call device
Supply of an elevator position reporting device to the local room
17 from the Central Fire Station (PCI) located on the ground floor of the building

Supply of an intercom system between the cabin and the room of the
18
Central Fire Station (PCI) located on the ground floor of the building
19 Supply of a 'non-stop elevator' system
20 Supplies of cabin shock absorbers and counterweights
Supply of various installation accessories, testing, and commissioning
21 ens
(list, quantity and unit price to be specified)
Supply of elements for the cabin re-covering and various
22
equipment including lighting (normal and emergency) and the mirror
23 Recovery of deposited equipment (Loss in value) ens
Labor for the removal of the equipment to be replaced, the
24 realization of work, testing, adjustments, and commissioning
new facilities
25Options
Supply and installation of a monitoring system for the four
26 devices to be installed at the PCI of the Building

Proposal for a maintenance contract, including the provision on the


27
site of two (2) permanent technicians for all devices.
28 Lot of spare parts (list to be provided)
TOTAL
16

NB:

– These quantitative and estimated frameworks are provided for informational purposes. They can therefore be
completed based on the experience and expertise of each bidder.

– The work will be carried out with all conditions included and with the utmost care. The installations do not
will only be accepted if they are of impeccable finish, both in the choice of materials used and
in its implementation.

– Companies will have to check the project details and provide all the
necessary modifications for the proper execution of the work. They may propose options
and design variations that are not described in this specifications document. The case
If necessary, these options and variants will need to be quantified and justified with technical arguments.
appropriate.

– The costs of the work must necessarily include all the expenses required for the
implementation of efficient installations, particularly those related to the use of
equipment, lifting and handling means.

You might also like