Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

Annex III

SCOPE OF REQUIRED WORKS

Table of Contents
KEY DATA ........................................................................................................................................ 2
SECTION 1: SITE PREPARATION .................................................................................... 2
1.1 SITE PLANNING .................................................................................................................. 2
1.2 SITE PREPARATION .......................................................................................................... 2
1.2.1 Compacted Base Instead of Concrete .............................................................................. 2
1.2.2 Concrete Slab ............................................................................................................................. 3
SECTION 2. BUILDING STRUCTURE .............................................................................. 5
2.1 BUILDING STRUCTURE .................................................................................................... 5
2.1.1 Salient Features ........................................................................................................................ 5
2.1.2 Steel Base Design ..................................................................................................................... 5
2.1.3 Floor Design ............................................................................................................................... 6
2.1.4 Wall and Ceiling Design......................................................................................................... 6
2.1.5 Roof Design ................................................................................................................................ 7
2.1.6 Doors ............................................................................................................................................. 8
2.1.7 Security Doors & Grilles ........................................................................................................ 9
2.1.8 Windows...................................................................................................................................... 9
2.1.9 Heating, Ventilation and Air Conditioning (HVAC)................................................. 10
2.2 ELECTRICAL.......................................................................................................................10
2.3 FITOUT ................................................................................................................................11
2.3.1 Adjustable Steel Shelving .................................................................................................. 12
2.3.2 Office Fitout ............................................................................................................................. 12
2.3.3 Fire Extinguishers................................................................................................................. 13

1
KEY DATA

Summary of Areas

Office Area = 9.6m²


Storage Area = 67m²
Total Area = 76.6m²

SECTION 1: SITE PREPARATION

1.1 SITE PLANNING

The site shall be cleared of any undergrowth, buildings, hardstand areas,


foundations, bases and other redundant installations as is reasonably
required to construct the new structures.
Removal of existing buildings, if any, shall be undertaken by an approved
demolition contractor and, where applicable, asbestos and other
hazardous materials by a licensed contractor. The contractor shall ensure
that, during the clearance works, all mains services and existing drainage
systems etc. shall be disconnected/protected as appropriate.
The contractor shall remove or treat any contaminated ground
encountered either prior to, or during, the progress of the works. Where
possible, any suitable, re-usable topsoil shall be stripped and kept on site
for re-use during landscaping works.

Excavation/filling shall be carried out over the site to achieve the required
formation level. Where necessary additional imported materials shall be
validated to ensure their geotechnical and chemical suitability for the
works.
Please note that these preparations are a guideline only and a registered
engineer should be consulted in-country to sign off on the correct site
preparation procedures.
The site preparation drawings are for illustrative purposes only.

1.2 SITE PREPARATION

1.2.1 Compacted Base Instead of Concrete


• Begin by removing all organic material (weeds, grass, etc.)
and anything that will eventually decay or decompose.

• Depending on the soil conditions in your area, bring in


50mm to 100mm of a compactable base (crushed stone
and stone dust, granite chips, crushed limestone, paver
base, recycled concrete, etc.)

2
• Level and compact as much as possible using a plate
compactor, for those areas without access to equipment
compacting with a hand stamp should be adequate.

1.2.2 Concrete Slab


There are two general specifications based on whether the soil
conditions are poor/good in the area for installation of the units.

a) Good soil condition:


• 100mm thick 25 Mpa/ 19mm stone reinforced
concrete slab with steel float finish. The reinforcing
should be Mesh 395.
• The size of the slab should be 300mm wider than
the building on all sides.

Figure 1: Sectional view slab preparation for good soil conditions

b) Poor soil condition:


• 100mm thick 30 Mpa/ 19mm stone reinforced
concrete slab with steel float finish. The reinforcing
should be Mesh 395. On the perimeter as well as in
the middle of the slab there should be a 450mm x
250mm wide ground beam with 2 Y12 bars, top and
bottom and R8 stirrups spaced 300mm c/c.
The size of the slab should be 300mm wider than the building
on all sides.

3
Figure 2. Plan view on slab preparation for poor soil
conditions

Figure 3. Sectional view A-A on slab preparation for poor


soil conditions

4
SECTION 2. BUILDING STRUCTURE

2.1 BUILDING STRUCTURE

2.1.1 Salient Features

The prefabricated modular buildings shall be designed keeping in


view to optimize the following factors:
• Energy efficiency
• Indoor temperature control
• Weather protection
• Termite resistant
• Operational and functional for purpose

Other features of the prefabricated modular buildings include, but


are not limited to, the following:
• A buildings internal office configuration can vary to suit a
desired architectural plan however must be pointed out in
the Bidders offer.
• There shall be minimal work on-site to erect/assemble and
disassemble the building using only basic hand tools and
unskilled labours.
• The building materials shall have lowest feasible embodied
energy, carbon emission and life cycle cost including final
disposal/recycling cost.
• The building design and construction shall focus on
sustainability aspects.
• The buildings shall be light but robust enough to cater for the
design loads, effects of different weather and climatic
conditions etc.
• The building shall have at least 10-years life expectancy.

2.1.2 Steel Base Design

The sub-base of the pre-fabricated structure shall consist of a


steel framework to ensure the levelness and flatness of the
structure and further permit separation of the finished floor from
its concrete base structure. The steelwork material shall be
prepared in such manner to avoid corrosion when the base is
constructed on the concrete floor. In addition to the foundation
bearing members, the prefabricated building shall be secured to
the ground to deter horizontal movement.
The prefabricated building’s galvanized steel chassis shall be
designed to take the full dead and imposed loadings according to
the span expected between ground supports.

The recommended chassis design for the base to be

5
considered:
• Galvanized steel ladder frame chassis with a C-profile
channel main runner beams and lipped-channel joists
fastened on to concrete the concrete platform described
earlier.
• Typically measures 150mm above platform level.
• Loading capability of 230Mpa (2mm) commercial grade
steel.
• Material protection Z200 galvanised.

2.1.3 Floor Design

The floor of the prefabricated building structure is to be designed


and manufactured with a non-permeable floor ensuring a smooth
and hygienic finish suitable for good pharmaceutical storage
practice.
Floors shall be constructed with a framed structure, load bearing
flooring panel spanning over the structural members as described
in this document with an internal floor finish layer. The underside
of the framed structure will be enclosed with a lining panel. The
overall floor thickness shall be proposed by bidder keeping in view
the required level of thermal insulation, acoustic and other
requirements.
The floor layer shall be made from durable material with emphasis
on tear resistant and easy to clean features.

The recommended floor design shall consider the following:


• Preferably sheet vinyl floor, with coved corners in the joints
between floor and walls to form integral skirting to facilitate
cleaning.
• Welded joints to minimise potential areas for contamination.
• Surface finish to be non-slip to likely wet areas, anti-
bacterial, anti-fungal and water resistant wall and ceiling
lining to facilitate cleaning
• The floors must be fabricated with termite resistant
materials.

2.1.4 Wall and Ceiling Design

The materials for walls shall be of panellised construction. The


outer surface material shall be a washable, durable material, in a
white or light colour. The core of the panel may be a solid material
such as foam or a framed construction with added insulation. The
inner surface material shall be a durable smooth surfaced
material. It may have either an integral colour or a painted finish.
The joints between panels and between panels and frames shall
be tongue and groove type or other interlocking type. The overall
wall thickness shall be proposed by Bidder keeping in view the

6
required level of thermal insulation, weathering and other
requirements.

The recommended wall and ceiling design shall consider the


following:
• All external and internal walls are to have a minimum
thickness of 50mm and to be of composite material
containing a middle insulation layer of high quality foam
core, (such as extruded polystyrene or polyurethane or
equivalent).
• External walls are to be weather resistant and coated with
an anti-rust material.
• Internal walls and ceilings are to consist of flush panels with
a smooth finish, not requiring painting for maintenance, with
an “easy clean” antiseptic finish suitable for pharmaceutical
storage practice.
• No asbestos is acceptable in any material or composite
form.
• All walls internal and external are to be coloured White.

2.1.5 Roof Design

The materials for roofs shall be of panellised 75mm 15DV


Chromodek IBR construction. The outer surface material shall be
a IBR profiled steel sheet, with integral surface coating of
zinc/aluminium or similar corrosion resistant coating in a Beige
colour. The core of the panel may be a solid material such as foam
or a framed construction with added insulation. The inner surface
material shall be a durable smooth surfaced material. It shall have
a Beige colour finish. The roof joints between panels must be
waterproof and shall be tongue and groove type or other
interlocking type.

The overall roof thickness shall be proposed by Bidder keeping in


view the required level of thermal insulation, acoustic and other
requirements. Eaves shall be designed in such a manner that
direct sunlight penetration into windows is reduced where feasible
to do so.
The roof shall allow easy installation of a rainwater harvesting
system subject to confirmation by the User. The Bidder may
propose a basic system for rainwater harvesting in the modular
building mainly considering rain water collection from the roof and
possible storage and outlet arrangements next to the building.
However, the installation of complete rain water harvesting
system is outside the scope of this works.

The slope of the roof shall be sufficient enough for the rainwater
to drain easily. The Bidder may also propose simple truss for the
roof but the vertical load shall be transmitted via the wall only. All

7
design parameters and details must be included in the Bidders
technical proposal along with assembly/dis-assembly details.

The recommended roof design shall consider the following:


• The roof structure will comprise of insulated composite panels
with galvanized IBR roof sheets. Roof structure to be self-
supporting and attached to both walls. The mono pitch roof
must have sufficient slope to allow for drainage. The roof must
have gable ends vertical or sloping to prevent rain water
entering the roof space.
• Ceiling panels will be designed out of pre-fabricated
composite panels (min 100mm thick panels).
• uPVC gutters manufactured of approved material of 75mm or
100mm nominal size are to be installed, complete with end
caps, downpipes, and splash blocks to direct rainfall away
from building. If the ground is not a hard surface, then the
ground immediately below the splash blocks is to be covered
with stone to deter soil erosion.
• Should the location of prefabricated structure be positioned
remotely for any existing stormwater channel or drain, then
soakaway pits are to be considered for the dispersion of
rainwater existing the downwater pipe. Soakaways for areas
less than 100m² have traditionally been built as square or
circular pits, either filled with rubble or lined with dry jointed
brickwork or pre-cast perforated concrete ring units
surrounded by suitable granular backfill.
• The fall of the roof is min.5 degrees from back to front of
building. Roof pitch is indicated on the side elevation on the
drawing.

2.1.6 Doors

All external doors shall be of sandwich type (coated aluminium


sheets with Polyurethane foam core or similar). The exact
thickness of the door panels shall be determined and proposed
by the Bidder based on the energy efficiency and compatibility
with wall of the building.
Door frames shall be made from either aluminium extruded
sections with thermal break features with powder coat finish, or a
combination material to match the door panels, and be of similar
colour as the building.
Exterior doors will be lockable with three sets of keys for each
lock. Elements of the door, such as hinges, locks and handles will
be robust and highly resistant to rough use.
Internal doors and frames shall be compatible systems. Elements
of the door, such as hinges, locks and handles will be robust and
highly resistant to rough use.
Descriptions of all door types shall be proposed and described by
the Bidder in their tender proposal.

8
The recommended doors for the building shall consider the
following:
• One weatherproof external double door including frame
measuring 1600mm wide.
• One semi-solid hardwood door including frame measuring
815mm wide.
• Where double doors are to be installed, the left hand leaf
should be fitted with top and bottom stainless steel flush bolts.
Mortice locks should be fitted unless otherwise specified.
• Door heights should not exceed 2.1m.
• Doors, sills and thresholds to incorporate sufficient sealing
and weather strips made consisting of either rubber or
neoprene. The proposed sealing methodology by the Bidder
must cognisance of frequent door use and longevity for the
lifetime of the building.
• A single door is to be fitted with automatic closers of the
appropriate specification for the door size / weight. The closer
will ensure that opening doors limit the loss of cold air from
within the building.
• Locks should be oval profile to accommodate a typical Mortice
Deadlock type cylinder.
• All ironmongery to be stainless steel, high quality, robust and
suitable for a frequent number of operations. Additional door
protection should be considered for the double doors where
trolleys are used.

2.1.7 Security Doors & Grilles

The building shall require a security door to the outside of the


double doors and single door (specified above) and security
grilles over windows. The security doors shall be robust doors
mounted in compatible frames securely fixed to the structure.
These must be inclusive of deadbolts, strike plate reinforcement,
fixed pin hinges and other strengthening/ intrusion protection
devices able to withstand basic aggressive intruder activity. The
security grilles to windows shall be made of galvanized or powder-
coated steel rods in angle frames securely fixed to the structure
and similar in colour with the windows.
As mandatory extra component, the Bidder shall design and
propose the security doors and security grilles and include all
details in their tender proposal.

2.1.8 Windows
The frames and window sashes shall be made from either
aluminium extruded sections with thermal break features with
powder coat finish, PVC or a combination of those or other
materials and be of similar colour as the building.

9
Window sashes shall be the awning type within the frame. The
awning window will be lockable from the inside of the building.
Elements of the window such as frame, hinges, locks and handles
will be robust and highly resistant to rough use.
The recommended window for the building shall consider the
following:
• Aluminium window measuring 900mm X 1200mm.
• Opening to be top-hung fitted with security grilles to all panes.
• Preferably Silver tinted glass (reflecting) including venetian
blinds to limit solar ingress.

2.1.9 Heating, Ventilation and Air Conditioning (HVAC)


All modules are insulated reducing the need for significant heating
and cooling equipment to a minimum. The operational context in
which this building may be deployed will determine the type of
heating, ventilation and air-conditioning equipment to be
provided.
The indoor temperature shall be maintained between 15°C to
25°C.
The environment of the modular building installation will require
an energy efficient window-wall air-conditioning system. These
systems shall take into account design criteria such as simplicity,
durability and economic operational characteristics, as well as the
requirements listed below:
• All refrigerants used must be free of ozone depleting
substances.
• Air Conditioners shall be quantified and sized accordingly to
volumetrically cool 200m³.
• Air Conditioners with the automatic climate control capacity
only for cooling modes between 2.5 to 3.5Kw.
• The Air Conditioners to be supplied with sufficient protection
and security brackets to prevent theft from the exterior of the
building.
• The Air Conditioners to be fitted with a “trickle” drain to direct
the flow of condensation away from the façade of the building.

The Bidder shall provide a detailed summary of all the proposed


HVAC systems in their Technical Proposal, demonstrating that
these criteria are met along with Technical Brochures and other
relevant documents.

2.2 ELECTRICAL

The electrical system shall be designed to meet the following minimum


requirements:
• Standards: Zambia Bureau of Standards & Regulation or
international equivalent.
• Voltage: 220-240 Volts AC.

10
• Frequency: 50-60Hz
• Power Distribution: to be determined on the country of delivery.
• Wiring: PVC insulated wire; size to be determined based on
voltage and frequency.
• Circuit: Circuit breaker, Ampere to be determined based on
voltage and frequency.
• Socket Outlets: Minimum of two double outlets per area of
operation, plugs configured to suit the country requirements as
below. In the case heating or air-conditioning is selected in the
order extra sockets will be required for this provision. The
electrical socket types for the Republic of Zambia are one of three
types:
- Adapter for "Type C" European CEE 7/16 Europlug
- Adapter for "Type G" British BS-1363
- Adapter for "Type D" Indian BS-546
• Lighting Fixtures: Energy Efficient CFLs or LEDs to be provided
throughout. Bidders shall provide details of proposed fixtures in
their technical proposal. Lighting to comprise of the following:
- The office should have its own light switch that is
controllable by the office occupant.
- All internal area lighting shall be solar powered and linked
to operate with motion detection sensors, so that only
areas that are occupied are lit and areas that are not
occupied will have their lights automatically turned off after
a set time limit. An override switch with pilot light is to be
located in the distribution board panel that may allow the
normal light switching should the motion detection sensors
fail.
• Required Illumination:
- Storage area = 200 lux.
- Office area = 500 lux.
• Main distribution boards with sufficient Earth Leakage capability
shall be included in the supply of the building.
• Due to voltage fluctuations of the main electrical supply in Zambia,
the Bidder should consider in their supply an Automatic Voltage
Regulator (AVR) for the typical protection of the air conditioning
systems. The function of an AVR is to ensure voltage generated
from power inflow is running smooth to maintain the stable voltage
in specified limit. It can stabilize the voltage value when suddenly
change of load for power supply demand.
• Bidder shall provide a detailed summary of the proposed systems
in the technical proposal, demonstrating that these criteria are met
with technical brochures and other relevant documents as
necessary.

2.3 FITOUT

The functional of the modular building will facilitate the operational

11
requirements for the secure, temperature control and storage of
pharmaceutical products up to their point of use.

The building will be fitted out with the following items:

2.3.1 Adjustable Steel Shelving

The Bibber is to supply adjustable steel shelving with


interchangeable steel components. Shelf loading capacity shall
be an evenly distributed load of minimum 100kg Uniformally
Distributed Load (UDL) with no deflection across the shelf front
flange. Components shall be as follows:
• 2134mm high Posts for Open Shelving Units: Gauge and size
of posts as necessary to support, without deformation,
specified shelf loading; punched on 38mm centers to receive
clips for vertical adjustment of shelves, and to receive angle
or corner sway braces.
- Rear End Posts: Single angle posts.
- Front End Posts: Single angle posts.
- Front and Rear Intermediate Posts: Two single
posts forming T posts.
• Bays: 48-off Bays at 914mm centers. Note the configuration
on drawing PFU-001 PRE-FABRICATED STORAGE UNIT
Rev.B.
• Shelves: 5-off Shelf levels per bay measuring 914mm x
610mm Box formed shelves with face and return flange on at
least front and rear edges; of strength to support specified
loading without exceeding deflection limit; 0.8mm minimum;
punched for shelf or bin dividers, label holders, and angle or
corner sway braces; top shelf may be bolted to front posts.
• Shelf fastening: Manufacturer's standard galvanised bolts and
nuts or boltless shelf clipping if deemed practical.
• Shelf stabilisation by means of gusset plates fastened to
posts and to each shelf level as a minimum.
• Baseplate: Steel feet to underside of posts to protect floor
finish.
• All components shall be free from sharp edges and
protrusions and shall be galvanised or epoxy coated in a
colour available from the manufacturer.

2.3.2 Office Fitout

Steel Desk: The desk shall comprise of preferably Black epoxy


coated mild steelwork frame (Black)Framework Epoxy coated
mild steel. The work surface shall measure typically 1200mm X
600mm X 32mm manufactured from post-formed laminated
material (Formica) which has a scratch resistant finish and edged
all round. Two lockable drawer units to be underslung from frame

12
and work surface approx. 450mm wide X 500mm deep X 140mm
high.

Swivel Chair: The typical chair dimensions 450mm seat height,


overall height 900mm, width around 600mm and depth around
550mm. Supplied in a Black durable material with swivel and tilt
function. Chair to be gas height adjustable and moveable by
means of swivel castors.

Steel Stationary Cupboard: The lockable double door cupboard


is to comprise of epoxy coated mild steel material finish
measuring 1200mm wide X 600mm deep X 1800mm high.

Waste Bin: Two waste bins with a 20L capacity each.

2.3.3 Fire Extinguishers.

A sufficient quantity of fire extinguishers with a minimum 4.5kg


capacity and type configured to suit likely hazard classification
must be fitted in the storage and office area. The extinguishers
shall be fixed to a wall mounted bracket sized for each
extinguisher in accordance to the manufacturer’s standard.
Bidders shall provide details of the proposed equipment in their
technical proposal.

13

You might also like