Specifications 96
Specifications 96
JUNE 2020
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:
– Lot 2 :
– Lot 3 :
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
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 0.1370 mm
– Gain 1870 m
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
– the relocation of the elevators and the alarm in the Central Fire Station room
(PCI) located on the ground floor of the building;
– the provision of the complete documentation of the elevators in the French language and plans
installation of equipment in four (4) copies.
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
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.
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:
– 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;
5.1 MACHINERY
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.
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.
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.
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
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.
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.
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.
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.
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
– of an alarm button;
– for a command for ventilation or air extraction inside the cabin (switch
by remote control or with a key) ;
– 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;
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;
On the roof:
On the speed limiter: indicator plate with the manufacturer's name, the speed
maximum triggering, of the type and references.
On the shock absorbers: indicator plate with the name of the manufacturer, type, and references.
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 opening control device preventing the opening of the front doors
the stop at the selected floor landing;
– 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 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.
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
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
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
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
LOT 1: ALTERNATIVE OFFER - FRAMEWORK OF QUANTITATIVE AND ESTIMATIVE BILLING FOR THE
RENOVATION OF THE QUADRUPLEX
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
LOT 2: ALTERNATIVE OFFER - FRAME OF QUANTITATIVE AND ESTIMATIVE ESTIMATE FOR THE
RENOVATION OF THE SIMPLEX
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
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
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
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.